You are on page 1of 98

IRCON INTERNATIONAL LIMITED

(MINISTRY OF RAILWAYS)

e-PROCUREMENT DOCUMENTS
FOR

SIX- LANING OF DAVANAGERE-HAVERI


SECTION OF NH-48 (OLD NH-4) IN THE
STATE OF KARNATAKA - Pkg.1B from
Km. 275+600 to 282+450
TECHNICAL BID
(PACKET-I)
OCTOBER 2017
eTender No: IRCON/DHHP/eTender/Pkg-1B/004 Date:07.10.2017

IRCON INTERNATIONAL LIMITED


(A Govt. of India Undertaking)

C-4, DISTRICT CENTRE, SAKET,


NEW DELHI-110017
PHONE:+91-11-29565666; FAX:+91-11-26522000,26854000
E-mail: info@ircon.org ; Web: www.ircon.org
CIN: U45203DL1976GOI008171

-1-
e BID CONTENTS
SN SECTION DESCRIPTION PAGES
FROM TO
1 Section 1 Notice Inviting e-Tender 3 9

2 Section 2 Form of Bid 10 12

3 Section 3 i. Instructions to Tenderers, 13 27


ii. Annexures & Formats 28 63
4 Section 4 Appendix to Tender 64 65

5 Section 5 Special Conditions of Contract, 66 85


Annexures & Formats
6 Section 6 General Conditions of Contract ( A Separate Booklet is
(September 2017 Version, dated uploaded in the website
28.09.2017 ) https://www.tenderwizard.com
/IRCON ) 86
7 Section 7 Safety, Health, Environment ( A Separate Booklet is
Specifications (Subcontract) uploaded in the website
https://www.tenderwizard.com
/IRCON ) 87
8 Section 8 Technical Specifications (General & 88 92
Particular)
9 Section 9 Various additional forms and 93 96
formats
10 Section 10 Technical Schedules & Drawings- ( Separate Booklets / Sets are
Plan & Profile, X-Sections uploaded in the website
https://www.tenderwizard.com
/IRCON ) 97
11 Section 11 Bill of Quantities / Schedules ( A Separate Booklet is
(BOQ/Schedules) uploaded in the website
https://www.tenderwizard.com
/IRCON ) 98

-2-
SECTION - 1

e-Procurement Notice

-3-
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

IRCON INTERNATIONAL LIMITED


(A Govt. of India Undertaking)

eTender No: IRCON/DHHP/eTender/Pkg-1B/004 Date:07.10.2017

e-PROCUREMENT NOTICE

1.0 General Manager/HW, IRCON INTERNATIONAL LIMITED,C-4,District


Centre, Saket, New Delhi – 110017, invites online bids in two packet system
on prescribed forms from bonafide firms/companies having requisite
experience and financial capacity for execution of the work detailed in the
table given below. The bidder is advised to examine carefully all
instructions including addendum/corrigendum(s), condition of contract
data, forms, terms, technical specifications, bill of quantities in the bid
document.

S. Name of Work Estimated Earnest Completion


No. Cost of Work Money Period
(Rs) (Rs)
1 Six- Laning of 148.28 Crore 0.802 24 Months
Davanagere-Haveri Crore
Section of NH-48
(Old NH-4) in the
State of Karnataka -
Pkg.1B from Km.
275+600 to 282+450

2.0 Website https://www.tenderwizard.com/IRCON may be referred for


detailed terms and conditions of the bidding documents, which is
available on line. Amendments/Corrigendum/Addendum, if any would be
hosted on the website only.

3.0 ELIGIBILITY CRITERIA

Eligibility of the applicants shall be assessed based on the “Essential


Qualifying Criteria” as given in Annexure-V to “Instructions to
Tenderers”.

4.0 Accessing/ Purchasing of Bid Documents

4.1 The complete Bid Document can be viewed / downloaded from the e-
Procurement portal i.e. https://www.tenderwizard.com/IRCON free of cost.

4
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

4.2 A Vendors’ Manual containing the detailed guidelines for e-Procurement


system is also available on e-Procurement portal of IRCON.

4.3 It is mandatory for all the bidders to have class-III Digital Signature
Certificate (in the name of person having power of attorney to sign the
Bid) from any of the licensed Certifying Agency (Bidders can see the list
of licensed CA’s from the link www.cca.gov.in) to participate in e-
Procurement of IRCON.

4.4 It is mandatory for the bidders to get their firm/company registered with e-
procurement portal of IRCON, i.e. https://www.tenderwizard.com/IRCON
to have user ID & password by submitting a non-refundable annual
registration charge of `2,500/-(exclusive of taxes, levies, etc.) which can
be paid online through Debit/ Credit Card in favour of “M/s ITI Limited”,
payable at New Delhi using the payment gateway of Punjab National
Bank. The registration so obtained by the prospective bidder shall be valid
for one year from the date of its issue and shall be subsequently renewed.

4.5 Tender documents will be available online on website


https://www.tenderwizard.com/IRCON from 07.10.2017 (11.00 Hrs) which
can be downloaded free of cost till the last date and time of submission of
tender. However, to participate in the online bidding process, bidders are
required to pay a non-refundable fee of `50,000/- (Rupees Fifty
Thousand only) towards the cost of one set of tender document through
NEFT or RTGS only in IRCON’s bank account no.: 040802000002237,
RTGS/IFSC code: IOBA0000408 at Indian Overseas Bank, R. K. Puram
Branch, New Delhi in favour of “IRCON INTERNATIONAL LIMITED”
payable at New Delhi/Project HQ.

4.6 In addition to this, Bidder shall submit a non-refundable fee of `5900/-


(Rupees Five Thousand Nine Hundred only) inclusive of all taxes towards
e-bid processing fee paid online through Debit/ Credit Card in favour of
“M/s ITI Limited” using the payment gateway.

5.0 Validity of Bidder’s Registration on the e-Procurement portal of


IRCON

Bidders may note the following:

(a) It shall be the sole responsibility of the bidder(s) to keep the Registration
valid up to the original/extended date of submission of bid.

(b) Bids can be submitted only during the validity of their registration.

6.0 Pre-bid meeting


5
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

6.1 A pre-bid meeting of the interested prospective bidders shall be convened


on 24.10.2017 at 11.00 am in conference room at corporate office of
IRCON INTERNATIONAL LIMITED, C-4, District Centre, Saket, New
Delhi – 110017

6.2 The purpose of the pre-bid meeting is to clarify issues and to answer
questions on any matter that may be raised.

6.3 The bidder is requested to submit his queries in writing so as to reach this
office not later than one week before the meeting. The bidder may also
send the pre bid queries to the mail id info@ircon.org, rs.yadav@ircon.org
and saurabh.kohli@ircon.org.

6.4 Any prospective bidders desirous of attending the pre bid meeting shall
send a letter of authority on its letter head specifying the name and
designation of the person who will be attending the pre bid meeting on its
behalf to the General Manager/HW, IRCON INTERNATIONAL
LIMITED,C-4,District Centre, Saket, New Delhi – 110017. Any such letter
of authority shall reach IRCON at least three days before the date of pre-
bid meeting.

7.0 IRCON may issue addendum(s)/corrigendum(s) to the tender documents.


In such case, the addendum(s)/corrigendum(s) shall be issued and
placed on website https://www.tenderwizard.com/IRCON at any time
before the closing time of tender. The tenderers who have downloaded
the tender documents from website must visit the website and ensure that
such addendum(s)/corrigendum(s) (if any) is also downloaded by them.
This shall be the responsibility of the prospective registered bidders to
check the web site for any such corrigendum/addendum at the time of
closing time of tender and ensure that bid submitted by them are in
accordance with all the corrigendum’s/addendums. Suitable time
extension (not less than 3 days beyond the date of last amendment) for
submission of bids will be granted.

8.0 The tender documents shall be submitted online on or before 11.00


Hrs on 31.10. 2017 in the prescribed format given on the websites and
technical bids received online shall be opened at 11.30 Hrs on
31.10.2017. No other mode of submission is acceptable. Detailed
credentials as per the requirement of eligibility criteria and all tender
papers except Bill of Quantities are to be submitted in “Technical Bid”. Bill
of Quantities with rates duly filled in are to be submitted in the format
provided online in the name of “Financial Bid”. Hence, physical
submission of the documents is limited to submission of original
Earnest Money Deposit in the form of Pay Order/ Demand Draft /
Fixed Deposit Receipt / Bank Guarantee as per provision given in

6
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

sub-clause 9.1 of Instructions to Tenderers. Representative of the


bidder, who chooses to attend, may attend the online opening of the
technical bids on 31.10.2017 at 11.30 Hrs. However, such
representatives shall be allowed to attend the opening of the Technical
Bids, only, if such person presents the letter of authority issued in his
name by the bidder on his letter head.

9.0 Bidders cannot submit the tender after the due date and time of e-bid
submission. Time being displayed on e-procurement portal of IRCON
(“Standard Time”) shall be final and binding on the bidder. e-Bids are
required to be submitted by bidders, only as per the Indian Standard Time
(IST) and not the time as per their location/country.

10.0 The bidders are advised to submit their e-bids well before the e-bid due
date. IRCON shall not be responsible for any delay in submission of e-
bids for any reason including server and technical problems.

11.0 The Technical and Financial Bid shall be digitally signed by the
Authorized Signatory of the bidder & submitted “on-line” only. The
authorized signatory of the bidder must be in possession of Power of
Attorney before submitting the digitally signed bid. Scanned copies of
various documents can be prepared in different file format (PDF, JPEG).
Bidders can upload a single file of size 5 MB only but they can upload
multiple files.

12.0 Tender shall be submitted as per “Instructions to Tenderers” forming a


part of the tender document.

13.0 Any tender received without original Earnest Money in the form as
specified in tender documents shall not be considered and shall be
summarily rejected.

14.0 IRCON reserves the right to cancel the tenders before


submission/opening of tenders, postpone the tender submission/opening
date and to accept/reject any or all tenders without assigning any reasons
thereof. IRCON’s assessment of suitability as per eligibility criteria shall
be final and binding.

15.0 Tenderers may note that they are liable to be disqualified at any time
during tendering process in case any of the information furnished by them
is not found to be true. EMD of such tenderer shall be forfeited. The
decision of IRCON in this regard shall be final and binding.

16.0 IRCON reserves the right to pre-qualify the bidder(s) provisionally based
on the documents submitted by them and open financial bid(s), subject to
their final verification. In the event of any document being found false, the

7
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

provisional qualification shall stand withdrawn, and the next lower bidder
shall automatically come to the position of such disqualified bidder. Action
against such disqualified tenderers shall be taken as per above clause
no.: 15.0 of Notice Inviting Tender.

17.0 The validity of the offer shall be for the period indicated in
“Appendix to Tender” after the date of opening (Technical Bid) of
the tender.

18.0 Purchase Preference Policy for Micro and Small Enterprises (MSEs)
Registered Firms:-

18.1 Purchase Preference to Micro and Small Enterprises (MSEs) as


admissible under Government’s existing policy on the date of acceptance
of tender shall be applicable to Micro and Small Enterprises (MSEs)
registered with any statutory bodies specified by Ministry of Micro, Small
& Medium Enterprises having Udyog Aadhaar Memoranda shall also be
given all benefits under Public Procurement Policy Order 2012.

18.2 The tenderer(s) shall submit photocopy of current and valid MSEs
registration certificate inclusive of all the pages showing the category of
entrepreneur – whether the registered firm is owned by General or SC/ST
entrepreneurs, monetary limit of their registration for the items tendered to
avail the benefits under the policy. The MSEs shall also submit a copy of
“Entrepreneur’s Memorandum (Part-II)” of the concerned district centre
where the unit is established. The MSEs must also indicate the terminal
validity date of their registration.

18.3 Such MSE registered firms shall be exempted from payment of tender
document cost and payment of Earnest Money Deposit.

18.4 Definition of MSEs owned by SC / ST is as given below:

18.4.1 In case of proprietary MSE, proprietor(s) shall be SC/ST.

18.4.2 In case of partnership MSE, the SC/ST partners shall be holding at


least 51% shares in the unit.

18.4.3 In case of Private Limited Companies, at least 51% share shall be


held by SC/ST promoters.

18.5 All bidders registered under Micro and Small Enterprises (MSEs) shall
have to satisfy the eligibility criteria at par with other bidders. There shall
not be any relaxation in eligibility criteria/ tender process or other tender
requirements and L.1 price.

8
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

18.6 If lowest valid bidder is non-MSE firm, then in such a case -

(a) IRCON may offer up to 20% of the tendered quantity to those firms
registered under Micro and Small Enterprises (MSEs) Act whose quoted
rate falls within + 15% of the lowest valid bid quoted price by non-MSE
(L.1 offer) provided that they are willing to bring down their price matching
to that of L.1 bidder and subject to their monetary limit.

IRCON may split the total quantity of 20% proportionately amongst those
MSEs firms whose rate fall within price band of L.1 + 15% in case of more
than one MSEs firms falling within this purview. While splitting the quantity
amongst MSEs firms the first preference for 4 percent out of 20% shall be
given to MSEs owned by Scheduled Castes or Scheduled Tribes subject
to their monetary limit.

(b) Purchase preference facilities shall not be applicable in the tender where
quantity cannot be split. In such situations the total quantity shall be
offered to the lowest valid bidder irrespective of their registration status
and the benefit to MSEs shall be limited to exemption from cost of tender
document and Earnest Money Deposit only.

(c) The total quantity shall be offered to non-MSE lowest valid bidder, in case
suitable offer of MSEs firm is not available or they do not agree to match
the price to that of L1 bidder and the quoted price by MSEs is beyond
+15% of the lowest valid price bid.

18.7 The above facilities shall not be applicable for the items for which they are
not registered.

18.8 Bidders may contact the Additional General Manager of IRCON


INTERNATIONAL LIMITED in the Project Office at #1, S.S. Complex, 1st
Floor, P.B.Road, Mruthyunjayanagar, Ranebennur, District Haveri –
581115 for site visits if required. Mobile numbers for contact are –
9611305477 / 9663301091 / 9148186286 / 9148186285.

For & on behalf of


IRCON INTERNATIONAL LIMITED

General Manager/HW
C-4, District Centre, Saket,
New Delhi – 110017

9
SECTION - 2
Form of Bid

- 10 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

FORM OF BID

To

IRCON INTERNATIONAL LIMITED,


Acting Through General Manager/Highway
Plot No4, District Center, Saket,
New Delhi-110017

Dear Sir,

I/We, ____________________________ (Name and address of the tenderer)


have read the various terms and conditions of the e-Procurement documents
attached here with duly signed by me/us and agree to abide by the same. I/We
also agree to keep this tender open for acceptance within the period of the
validity of bids and on default thereof our Earnest Money is liable to be
forfeited.

I/We hereby declare that we have visited the site of the work and have made
ourselves fully conversant of the conditions therein and including the topography
of area, soil strata at site of work, sources and availability of construction
materials, rates of construction materials, water, electricity, all local taxes,
royalties, octroi etc., availability of local labour (both skilled and unskilled),
relevant labour rates and labour laws, the existing road and approaches to the
site of work, requirements for further service roads / approaches to be
constructed by me / us, the availability and rates of private land etc. that may be
required by me / us for various purposes, climatic conditions, law and order
situation and availability of working days.

I/We have quoted our rates for various items in the Bill of Quantities taking into
account all the above factors and I/We offer to do the work
“_____________________________________________” (Six- Laning of
Davanagere-Haveri Section of NH-48 (Old NH-4) in the State of Karnataka -
Pkg.1B from Km. 275+600 to 282+450) at the rates quoted in the attached Bill
of Quantities and hereby bind ourselves to complete the work in all respects
within time schedule depicted in tender documents from the date of issue of
letter of acceptance of tender.

-11-
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

I/We also understand that until a formal Contract Agreement is executed, Letter
of Acceptance along with all tender documents shall constitute a binding contract
between me/us and Ircon International Limited.

Our Bank Account No. for the purpose of refund of EMD is……….… (`Account
No., Name of A/C Holder, other details for NEFT/RTGS).

Thanking you,

Yours Faithfully,

Signature____________ and name of the signatory_______________________


in capacity of____________ duly authorized to sign bids for and on behalf of:

_________________________________________________________ (In
Block capital letters)

Date this________day of __________ 201_.

-12-
SECTION - 3
Instructions to Tenderers

-13-
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

SECTION 3: Instructions To Tenderers


Table of Clauses
Clause No. Description Page No.
A.1 General 15
A.2 Cost of Bidding 17
B. The Bidding Documents 17
B.3 Content of Bidding Documents 17
B.4 Understanding and Amendment of Tender Documents 18
C. Preparation of the Bids 18
C.5 Language of Bid 18
C.6 Signing of All Bid papers and Completing Bill of Quantities 19
C.7 Deviations 19
C.8 Transfer of tender documents 19
C.9 Earnest Money 20
C.10 Integrity Pact 21
C.11 Period of validity of the tender 22
D. Submission of Bids 22
D.12 Deadline for submission of tender 22
D.13 Modification/ Substitution/ Withdrawal of tender 23
E. e-Bid opening and Evaluation 23
E.16 Opening of the tender 23
E.17 Clarification of the tenders 24
E.18 Preliminary Examination of bids 24
E.19 Evaluation and comparison of tenders 25
E.20 Canvassing 25
E.21 Right to accept any tender or reject all tenders 25
E.23 Award of Contract 25
E.24 Contractor Performance Feedback and Evaluation System 26
E.25 Ineligibility to participate in re-tenders/ future cases 26
E.26 Declaration of non-performance or ban status 26
E.27 Consequences of misrepresentation 27
Annexure-I Details of the Bidder 28
Annexure-II Assessment of Performance of working subcontractor 29
Annexure-III Assessment of Performance of working contractor 30
Annexure-IV Format of Affidavit to be signed by the tenderer 31
Annexure-V Essential Qualifying Criteria 32-35
Annexure-VI Integrity Pact 36-44
Annexure-A List of Relatives 45
Annexure-B Procedure for Suspension/Banning of Business Dealings with 47-53
agencies in IRCON
Annexure-VII Check list for list of documents to be scanned, uploaded with the e- 54
tender and submitted online not later than the prescribed date and
time for e-bid submission
Annexure-VIII Bank Guarantee for advance Payment 56-56
Annexure-IX Bank Guarantee for Earnest Money Deposit 57-58
Annexure-X List of Cities where BGs from Scheduled Bank Branches will be 59
recognized by IRCON
Format-1 Details of similar works completed in last seven years 60
Format-2 Annual Turnovers for the last three years 61
Format-3 Programme for deployment of manpower 62
Format-4 Programme for deployment of plant and machinery proposed to be 63
deployed on the project

- 14 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

INSTRUCTIONS TO TENDERERS
A.
1 General

1.1 Name of the Work: As indicated in ‘Appendix to Tender’.

1.2 “A bidder in the capacity of Individual or Sole Proprietor, Partnership


Firm, or Company can participate in the tender and the bidder must
upload attested copies of the constitution of its firm such as partnership
deed, Memorandum & Articles of Association, etc. along with original
Power of Attorney of authorized signatory”.

1.3 The work is proposed to be executed under the following relationship.

a) Client : As indicated in ‘Appendix to Tender’.

b) Employer : IRCON INTERNATIONAL LIMITED address as given in


‘Appendix to Tender’.

c) Contractor :The successful tenderer to whom the work is awarded shall


become the contractor for the execution of this work.

1.4 Throughout these bidding documents, the terms “bid” and “tender” and
their derivatives (“bidder”/ “tenderer”),“bid/tendered”, “bidding”/
“tendering”, etc.) are synonymous. Day means calendar day. Singular
also means plural.

1.5 Scope of Work: The scope of work is broadly described as “Six- Laning
of Davanagere-Haveri Section of NH-48 (Old NH-4) in the State of
Karnataka - Pkg.1B from Km. 275+600 to 282+450

1.5.1 Work is to be carried out as per the approved drawings, specifications and
instructions of the Engineer. Items of works to be executed shall be
generally as per the BOQ/ Schedule of the contract, MoRTH Specifications
and as per instructions of the Engineer.

1.5.2 Scope of work is as detailed below but not limited to:

i. True and proper setting out and layout of the works, providing
location marks, bench marks, preparation of report and plans.
ii. Construction of road including construction of carriage way,
service road, shoulders and medians, structures, provision of
drainage.
iii. Earthwork in excavation and embankment with suitable soil
available from existing road cutting/ private /Government land.
iv. Construction of Granular Sub-base.
v. Construction of Wet Mix Macadam base
vi. Construction of Dense Bituminous Macadam (DBM) course
using bitumen grade (VG 40 and/ or other grade as required to
meet the design requirements).

- 15 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

vii. Construction of Bituminous Concrete (BC) course using bitumen


grade (VG 40 and/ or other grade as required to meet the design
requirements).
viii. Construction of pipe/slab/box culverts, Underpasses, Minor
bridges, Flyovers, Major Bridges etc.
ix. Widening and Rehabilitation of existing structures.
x. Drainage and protective works.
xi. Development of Junctions.
xii. Approaches to the existing bridges and new bridges.
xiii. Any other item of work as may be required for completing the
Project road works including all incidental works in all respects in
accordance with the provisions of the contract.

1.5.3 Others – General

i. All aspects of quality control and quality assurance of Works


including documentation.
ii. Providing measures for prevention / mitigation of environmental
impacts due to construction activities.
iii. Provision of laboratory for testing, including the supply of
technical personnel, equipment, instruments and consumables
etc.
iv. Handing over of the works on completion after due site
clearance
v. Submission of As built drawings and other related documents;
vi. Rectification of the defects in the completed works during the
defect liability period;
vii. Execution of any other item of work for the construction and
completion of the Works in accordance with the provisions of
Contract including all incidental items as well as preparation and
submittal of reports, plans as required.
viii. During the period of the contract the right of way and all existing
roads shall be kept open for traffic for a safe and usable
condition. Traffic control and traffic diversions shall be provided
as necessary to protect the works as directed by the Engineer
and provided in the contract.

1.5.4 The scope given above is only indicative. The detailed scope has been
described in the tender documents.

- 16 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

1.6 Approximate Estimated cost of the work is as indicated in the ‘Appendix


to Tender.’

1.7 A bidder shall submit only one bid in the capacity of an Individual or
Sole Proprietor, Partnership firm, or Company. Violation of this
condition is liable to disqualify the tenders in which such bidder has
participated and EMD of all such tenderers shall stand forfeited.

2 Cost of Bidding

2.1 The bidder shall bear all costs associated with the preparation and
submission of the bid and the Employer will in no case be responsible
or liable for these costs regardless of the conduct or the outcome of the
bidding process.

B. The Bidding Documents

The tenderers must use the online technical and financial sheets
available in excel format in this Tender Document for submission of
their Technical as well as Financial Bid. Any Bid not conforming to the
prescribed format is liable to be declared non-responsive.

3 Content of bidding documents

3.1 The bidding documents include the following:

i. Notice Inviting Tender


ii. Instructions to Tenderers
iii. Appendix to Tender
iv. Form of Bid
v. Safety, Health, Environment Specifications
vi. Special Conditions of Contract
vii. General Conditions of Contract
viii. Particular Technical Specifications
ix. General Technical Specifications
x. Drawings
xi. Bill of Quantities

3.2 The bidder is expected to examine all instructions, terms, conditions,


forms, specifications, corrigendum/addendums and other information in
the bidding documents. Failure to furnish all information required by the
bidding documents or submission of a bid not substantially responsive
to the bidding documents in every respect will be at the bidders' risk
and may result in rejection of his bid.

4 Understanding and Amendment of Tender Documents

4.1 The bidder must obtain for itself on its own responsibility and its own

- 17 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

cost all the information including risks, contingencies & other


circumstances in execution of the work. It shall also carefully read and
understand all its obligations & liabilities given in tender documents.

4.2 The bidder is advised to visit and examine the site where the work is to
be executed and its surroundings or other areas as deemed fit by the
bidder and obtain for itself on its own responsibility all information that
may be necessary for preparing the bid and execution of the contract.
The cost of visiting the site and collecting relevant data shall be at the
bidder’s own expenses. It is a condition of the tender that the tenderer
is deemed to have visited the site and satisfied himself with all the
conditions prevailing including any difficulties for executing the work.

4.3 Bidders will examine the various provisions of The Central Goods and
Services Tax Act, 2017 (CGST)/ Integrated Goods and Services Tax
Act, 2017 (IGST)/ Union Territory Goods and Services Tax Act, 2017
(UTGST)/ respective state’s State Goods and Service Tax Act (SGST)
also, as notified by Central/State Government and as amended from
time to time and applicable taxes before bidding. Bidders will ensure
that full benefit of Input Tax Credit (ITC) likely to be availed by them is
duly considered while quoting rates.

4.4 The successful bidder who is liable to be registered under


CGST/IGST/UTGST/SGST Act shall submit GSTIN along with other
details required under CGST/IGST/UTGST/SGST Act to IRCON
immediately after the award of contract, without which no payments
shall be released to the contractor. The contractor shall be responsible
for deposition of applicable GST to the concerned authority.

4.5 In case the successful bidder is not liable to be registered under


CGST/IGST/UTGST/SGST Act, IRCON shall deduct the applicable
GST from his/their bills under Reverse Charge Mechanism (RCM) and
deposit the same to the concerned authority.

4.6 At any time prior to the deadline for submission of bids, Employer may
for any reason whether at its own initiative or in response to any
request by any prospective bidder amend the bidding documents by
issuing Corrigendum, which shall be part of the Tender documents. The
amendment shall be advised to all the prospective bidders.

4.7 Employer may at its discretion extend the deadline for submission of
the bids at any time before the time of submission of the bids.

C. Preparation of the Bids

5 Language of Bid

5.1 The bid prepared by the bidder and all documents related to the bid
shall be written in English.

- 18 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

6 Signing of All Bid papers and Completing Bill of Quantities

6.1 It shall be deemed that e-bid uploaded by the tenderer is digitally


signed by his authorized representative holding the Power of Attorney.

6.2 While filling up the rates in the Bill of Quantities, tenderer shall ensure
that the rates are filled up in figures only. System will automatically
convert such filled up rates into words. In case of item rate tenders, the
system will automatically calculate the total price by multiplying the unit
rate with quantity.

6.3 The bid should be submitted online only in the prescribed format given
in the e-procurement portal of IRCON. No other mode of submission is
accepted. The Technical and Financial Bid shall be digitally signed by
the authorized signatory of the bidder & submitted “online” only. No
hard copy of Technical and Financial bid is required to be
submitted.

The tenderer may download financial bid form and upload the same duly
filled through online e-Procurement process.

The tenderer must fill and submit the prices as per instructions given in
Bill of Quantities. The system does not permit any addition or alteration
in the tender documents. The requisite details should be filled in by the
tenderer wherever required in the documents. Incomplete tender or
tender not submitted as per instructions is liable to be rejected. If a
tenderer does not quote a price/rate for any Bill of Quantities (BOQ)
item, the system will not accept the tender document.

7 Deviations

7.1 The tenderer should clearly read and understand all the terms and
conditions, specifications, drawings, etc. mentioned in the original
tender documents. If the tenderer has any observations, the same may
be indicated in his forwarding letter along with the tender.

8 Transfer of tender documents

Tender Documents will be received in electronic form only after


payment of Tender document fee and tender processing fee.

9 Earnest Money

9.1 The tenderer must furnish the Earnest Money as indicated in ‘Appendix
to Tender’ for the work as specified failing which the tender shall be
summarily rejected. The Earnest Money may be in any one of the
following forms:

- 19 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

a) Pay Order/Demand Draft of any Scheduled Bank in India in favour of


Ircon International Limited payable at a place as given in Appendix to
Tender. It is mandatory for bidders to provide their Banker's details
(Name of Bank & Branch) along with their own bank details (Account
No., Name of Account Holder, NEFT/RTGS details).

b) Fixed Deposit Receipt issued by any Scheduled Bank in India endorsed


in favour of IRCON INTERNATIONAL LIMITED.

c) EMD value up to `10.00 Lacs must be in the form of Pay


Order/DD/FDR. In addition, EMD may also be paid through NEFT or
RTGS in IRCON’s e-Procurement bank account no.:
040802000002237, RTGS/IFSC code: IOBA0000408 at Indian
Overseas Bank, R. K. Puram Branch, New Delhi in favour of “IRCON
INTERNATIONAL LIMITED” payable at New Delhi. In case of EMD
amount being more than `10.00 Lacs, it can also be deposited in the
form of irrevocable Bank Guarantee valid for minimum 180 days
beyond the last date of submission of bid, issued by a Scheduled Bank
situated in the State Capitals of India or cities listed in the Annexure-X
to 'Special Conditions of Contract (SCC)', as per the format enclosed at
Annexure IX to 'SCC'. B.G. not valid for 180 days beyond the last date
of submission of bid, will not be considered a valid EMD instrument.
The B.G. must be made invokable at any branch in Delhi/NCR/Project
HQ branch of the issuing bank.

Earnest Money in the form of Pay Order/DD/FDR/BG shall be scanned


& uploaded through online e-Procurement process. Further EMD in
original form sealed in an envelope must be received by Employer at
the address specified in the “e-procurement Notice not later than the
prescribed date and time for e-bid submission.

Proof of transaction towards payment of Earnest Money through NEFT


or RTGS shall be scanned either in PDF or JPEG format such that file
size is not more than 5 MB and uploaded during the online submission
of the e-bid not later than the prescribed date and time for e-bid
submission.
No interest shall be allowed on Earnest Money Deposit.
9.2 Forfeiture of Earnest Money:

9.2.1 The Earnest Money of the tenderer shall be forfeited if he withdraws his
tender after opening of the tender during the period of tender validity
specified in the “Appendix to Tender” or extended validity period as
agreed to in writing by the tenderer.
9.2.2 The Earnest Money of the successful tenderer is liable to be forfeited if
he fails to;
i) sign the Contract Agreement in accordance with the terms of the
tender, or
ii) furnish Performance Guarantee in accordance with the terms of the

- 20 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

tender, or
iii) commence the work within the time period stipulated in the tender.

9.2.3 In case of forfeiture of EMD, the tenderer shall be debarred from


bidding in case of re-invitation of the tenders.

9.3 Return of Earnest Money:

9.3.1 The Earnest Money of the unsuccessful tenderers in the form of


FDR/BG shall be discharged and returned as promptly as possible and
the Earnest Money in the form of DD/Pay Order/ NEFT or RTGS shall
be directly credited to his bank account through Electronic Fund
Transfer, under advice to the bidder.

9.3.2 The Earnest Money Deposit of the successful tenderer shall be dealt as
under:-

i) If the Earnest Money Deposit is in the form of Fixed Deposit Receipt


(FDR)/Bank Guarantee (BG), the FDR/BG shall be returned after
deduction of an equivalent amount from the first on account bill and
further deduction of retention money from the bills shall commence
after adjusting this EMD amount.

ii) If the Earnest Money Deposit (EMD) is in the form of Demand Draft/Pay
Order/ NEFT or RTGS, the same shall be retained towards retention
money and further deduction of retention money from the bills shall
commence after adjusting this EMD amount.

10 Integrity Pact (IP) :

10.1 Integrity Pact will be applicable for all tenders/ contracts (for works &
supply) of value `5 Crore & above at all Indian projects. Integrity Pact
attached as Annexure-VI to ‘Instructions to Tenderers’ shall become a
part of tender.

10.2 Integrity Pact shall be signed by the authorized signatory of the


tenderer and witnessed in the format attached as Annexure-VI at the
time of signing Contract Agreement. Bidders shall abide by the
provisions of Integrity Pact by signing the Affidavit attached as
Annexure – IV to Instructions to Tenderers.

10.3 If the bidder is a partnership or a consortium, this pact will be signed by


all partners or consortium members at the time of signing Contract
Agreement.

- 21 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

10.4 Only those vendors/bidders who sign the Affidavit shall be qualified to
participate in the bidding process.

10.5 The Integrity Pact will be signed by IRCON at the time of execution of
Agreement with the successful tenderer.

10.6 Name, Designation & Address of Nodal Officer of IRCON :


Shri (As per nomination)
(Designation as per nomination)
Ircon International Limited,
C-4, District Centre, Saket, New Delhi-17

10.7 Name & Address of IEM :


Shri (As per nomination)
(Address as per nomination)

11 Period of validity of the tender

11.1 The tender shall remain valid for the period indicated in “Appendix to
Tender” after the date of the opening of the tender. If the Tenderer
gives validity period less than that fixed/prescribed by Employer, the
tender shall be liable to be rejected.

11.2 Notwithstanding the above clause, Employer may solicit the tenderer’s
consent to extend the validity period of the tender. The request and the
response shall be made in writing.

D. Submission of Bids

12 Deadline for submission of tender

12.1 Earnest Money Deposit required in physical form, as per sub-clause


9.1 of “Instructions to Tenderers” must be received by Employer at the
address specified in the “e-Procurement Notice” not later than the
prescribed date and time for e-bid submission.

12.2 Any tender related documents received after opening of the tender
shall be rejected.

Tenderers must upload the good scanned copy of relevant documents


required to be submitted on e-Procurement website as mentioned in
the tender documents. The document which is not readable or legible
will not be given cognizance. e-Bids which are not supported by
relevant documents shall not be considered during evaluation of bid.

- 22 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

13 Modification / Substitution / Withdrawal of tender

13.1 The tenderer may modify, substitute or withdraw his e-bid after online
submission prior to the date and time of e-bid opening.

13.2 For modification of e-bid, bidder has to first detach its old e-bid from
the e-procurement portal of IRCON and then upload / resubmit digitally
signed modified e-bid in the e-procurement portal of IRCON.

13.3 For withdrawal of e-bid, bidder can withdraw his e-bid by clicking on
withdrawal icon at e-procurement portal.

13.4 Before withdrawal of an e-bid, it may specifically be noted that after


withdrawal of an e-bid for any reason, tender processing fee will not be
refunded. The bidder trying to re-submit the e-bid will have to pay the
processing fee and cost of tender document again.

14 Submission of an e-bid by a tenderer implies that he had read all the


tender documents including amendments if any, visited the site and
has made himself aware of the scope and specifications of the work to
be done, local conditions and other factors having any bearing on the
execution of the work.
15 Submission of tenders

15.1 All documents/ forms/instructions/specifications etc listed in item 3.1 of


this notice and those attached as per the Annexure VII are deemed to
be a part of the bid/tender and accepted by the bidder.

15.2 In case of any ambiguity, IRCON will be free to seek confirmation of


information from the issuer of the document.

E. e-Bid opening and Evaluation

16 Opening of the tender

16.1 Tenders will be opened at the address mentioned in “e-Procurement


Notice” in presence of tenderers or authorized representatives of
tenderers who wish to attend the opening of tenders. Physical
presence during e-bid opening is optional.

16.2 Tenderers or their authorized representatives who are present shall


sign register in evidence of their attendance.

16.3 Tenderer’s name, presence or absence of requisite Earnest Money,


total cost of work quoted or any other details as Employer may
consider appropriate will be displayed with list to all participating
bidders online after bid opening.

17 Clarification of the tenders

- 23 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

17.1 To assist the examination, evaluation and comparison of the tenders,


Employer may at his discretion ask the tenderers for any clarifications
as considered essential. All such correspondence shall be in writing
and no change in price or substance of the tender shall be sought or
permitted. The above clarification for submission of the details shall
form part of the tender and shall be binding on tenderer.

18 Preliminary examination of bids

18.1 The Employer shall examine the bids to determine whether they are
complete, whether physical copy of all the relevant documents have
been received not later than the prescribed date and time for e-bid
submission and generally they are in order.

18.2 Prior to the detailed evaluation, Employer shall determine whether


each bid is of acceptable quality, is generally complete and is
substantially responsive to the bidding documents. For purposes of
this determination, a substantially responsive bid is one that conforms
to all the terms, conditions and specifications of the bidding
documents without material deviations, objections, conditionality or
reservation. A material deviation, objections, conditionality or
reservation is one;

i) That affects in any substantial way the scope, quality or performance


of the contract.

ii) That limits in any substantial way, inconsistent with the bidding
documents, the Employers’ rights or the successful Bidder’s
obligations under the contracts; or

iii) whose rectification would unfairly affect the competitive position of


other Bidders who are presenting substantially responsive bids.

18.3 If an e-bid is not substantially responsive, it shall be rejected by the


Employer.

18.4 In case of tenders containing any conditions or deviations or


reservations about contents of tender document, Employer may ask
for withdrawal of such conditions/deviations/reservations. If the
tenderer does not withdraw such conditions/deviations/ reservations,
the tender shall be treated as non responsive. Employer’s decision
regarding responsiveness or non-responsiveness of a tender shall be
final and binding.

19 Evaluation and comparison of tenders

- 24 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

19.1 In case of open tenders, bids, which are determined as substantially


responsive, shall be evaluated based on criteria as given in Annexure-
V. The tenderer must scan and upload all necessary authentic data
with necessary supporting certificates of the various items of
evaluation criteria failing which his tender is liable to be rejected.

19.2 The Employer/Engineer reserves the right to negotiate the offer


submitted by the tenderer to withdraw certain conditions or to bring
down the rates to a reasonable level. The tenderer must note that
during negotiations of rates of items of BOQ can only be reduced and
not increased by the tenderer. In case the tenderer introduces any
new condition or increases rates of any item of BOQ, his negotiated
offer is liable to be rejected and the original offer shall remain valid
and binding on him.

20 Canvassing

20.1 No tenderer is permitted to canvass to Employer on any matter


relating to this tender. Any tenderer found doing so may be
disqualified and his bid may be rejected.

21 Right to accept any tender or reject all tenders

Employer/Engineer reserves the right to accept, split, divide,


negotiate, cancel or reject any tender or to annul and reject all tenders
at any time prior to the award of the contract without incurring any
liability to the affected tenderers or any obligation to inform affected
tenderer, the grounds of such action.

22 If the tenderer, as individual or as a partner of partnership firm, expires


after the submission of his tender but before award of work, the
Employer/Engineer shall deem such tender as invalid.

23 Award of Contract

23.1 Employer/Engineer shall notify the successful tenderer in writing by


Courier/ Speed Post or per bearer or delivering the same by e-mail
duly attached with scanned copy of Proof of Dispatch (POD) that his
tender has been accepted.

23.2 Letter of Acceptance after it is signed by the Contractor in token of his


acceptance shall constitute a legal and binding contract between
Employer/Engineer and the contractor till such time the contract
agreement is signed.

24 Contractor Performance Feedback and Evaluation System

- 25 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

The employer will have a ‘Contractor Performance Feedback and


Evaluation System’ for periodic evaluation of Contractors performance
during execution of Contract. In case contractor’s over-all performance
is found unsatisfactory (<85% for Works Contracts and <75% for
Consultancy Contracts) based on the parameters as listed in
Annexure 'II' and 'III' respectively, the Contractor is liable to be
declared a ‘Non-Performer’, and will become ineligible for participation
in future tenders of this Organization for a period of 2 (two) years from
the date of such decision. This decision is to be conveyed to the
Contractor in writing. The non-performer status may be revoked during
currency of the contract on improvement of performance parameters
during the next annual review.

This is without prejudice to any other recourse available to the


Employer under the Conditions of Contract.

25 Ineligibility to participate in re-tenders/ future cases

Notwithstanding anything contained in the Qualification Clauses of


ITT, if a bidder withdraws from an offer after having been declared a
preferred bidder or after Notification of Award or does not sign the
Contract Agreement pursuant to the Letter of Acceptance or does not
submit an acceptable Performance Security which results in tender
being annulled then such bidder shall be treated as ineligible for
participation in re-tendering of this particular work and also for any
other work for a period of 6 months. A repeat incident of similar type
within a period of 2 (two) years will render the bidder ineligible for
participation in all future tenders for a further period of 2 (two) years.

26 Declaration of non-performance or ban status

Tenderers are not eligible to participate in the tender process under


the following conditions:

a. They have been declared a non-performer by any Organization /


Authority / Public Sector Enterprises in India, any Government
Department in India or a multilaterally funded agency during the last
two years prior to the date of our bid submission.

b. They are currently debarred for tendering, blacklisted, suspended in


any Organization / Authority / Public Sector Enterprises in India, any
Government Department in India or a multilaterally funded agency.

Accordingly, tenderers are required to sign an Affidavit as per the


enclosed pro-forma in Annexure-'IV', declaring their status of
non-performance or debarment.

27. Tenderer to be fully responsible for the consequences of


misrepresentation

- 26 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

a. Any suppression of information and misrepresentation will render the


tenderer ineligible for the tender along with the forfeiture of Earnest
Money. The tenderer will also be liable for disqualification for future
tenders of IRCON for a period of 2 years.

b. If any suppression of information and misrepresentation is found after


the award of Contract, the Contract may be terminated with forfeiture
of EMD, PG and SD (if any). The Contractor will also be disqualified
for future tenders of IRCON for a period of 2 years.

- 27 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

Annexure -‘I’

DETAILS OF THE BIDDER

1. Name of the Bidder :

1.1 Registered Address of the bidder :

Land Line Telephone Number with STD Code :

FAX Number with STD Code :

1.2 Address for communication :

Land Line Telephone Number with STD Code :

FAX Number with STD Code :

e-mail Address :

2. Banker’s Details for Payment through Electronic Clearing System (ECS):

Name of bank :

Address of bank :

Account No. :

Name of Account Holder :

IFSC :

Telephone No. with STD Code :

e-mail Address :

- 28 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

Annexure -‘II’
(Ref. Clause 24 of ‘Instructions to Tenderers’ at Page 19)

ASSESSMENT OF PERFORMANCE OF WORKING SUBCONTRACTOR

S. Description Weightage Remarks


No. Assigned Obtained
1 Resource Management/ Financial
Status
1.1 Timely mobilization of manpower, as per 5
the requirement of work and/or as
suggested by Engineer in writing
1.2 Timely mobilization of machinery, as per 5
the requirement of work and/or as
suggested by Engineer in writing
2 Physical Progress /Project Execution 75
Capability
2.1 Target Vs Achieved review of the
progress and adherence to milestones of
the work as per above submitted &
approved programme (may be judged
as below, to be modified depending on
availability of front/site or as indicated in
Contract)
a At 33% time: >15%
b At 50% time: >30%
c At 100% time: >60%
d At 175% time: >98%
3 Quality Assurance Capability
3.1 Documentation of procedures, work 4
instructions, check list and adherence to
the requirements of ISO 9001:2008
3.2 Rectification of defects/non-conformity to 4
quality standards within 30 days: (Nos.
mentioned in writing/Rectified within 30
days of writing)
3.3 Implementation of corrective and 2
preventive measures to control non-
conformities/ rejections
4 Claims and Disputes
4.1 Raising unnecessary claims and litigation 5
TOTAL: 100

- 29 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

Annexure-'III'
(Ref. Clause 24 of ‘Instructions to Tenderers’ at Page 19)
ASSESSMENT OF PERFORMANCE OF WORKING CONTRACTOR

S. Description Weightage Remarks


No. Assigned Obtained
1 Resource Management 15
1.1 Mobilisation time 5 Shall be immediate as per the
submission
1.2 Deputation of qualified team 5 Person so nominated at the time of
leader submission shall not be changed
-overall co-ordination
1.3 Deputation of experienced 5 Persons identified at the time of
staff for specific job/trade submission may not be changed
2 Quality Assurance 20
2.1 Methodology of submission of 5 There has to be a document stating
drawing the methodology of forwarding the
drawing
2.2 Methodology to ensure that 5 Working on the same platform and on
integrated drawings are issued the same corrected drawing
and not in isolation
2.3 Formats for delivery stages of 5 So as to segregate the drawings for
project info, tender and working drawings
2.4 Quality of submission – 5 Is there in house cross checking
adequate detailing facility
3 Physical Progress 65
3.1 Submission of detailed 5 This needs to be tweaked with
schedule of delivery with construction programme
number of drawings to be
submitted
3.2 Adherence to Milestones for 10 Important to ensure smooth working
various submissions
3.3 Capability of change 10
management and
incorporation of changes
3.4 Timely response to the Important for execution and is
queries measure of seriousness about the
project
a During design stage 5
b During execution stage 5
3.5 Quality and detailing of Report 20 Speaks about the effort and sincerity
3.6 Timely submission of the 10 Mandatory for timely execution of the
reports/details/ calculations project
etc.
TOTAL: 100

- 30 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

Annexure-'IV'
(Ref. Clause 5 of Essential Qualifying Criteria)
FORMAT
AFFIDAVIT

I/we, the undersigned, do hereby solemnly affirm and declare that-

1. Neither our firm nor any of the members/ partners in any manner as an
individual or the constituent partner in case of partnership firm have
been declared non-performer by any Organization / Authority / Public
Sector Enterprises in India, any Government Department in India or a
multilaterally funded agency during the last two years prior to the date of
our bid submission.

2. As on date our bid submission, neither our firm nor any of the members/
partners in any manner as an individual or the constituent partner in
case of partnership firm are debarred for tendering, blacklisted,
suspended in any Organization / Authority / Public Sector Enterprises in
India, any Government Department in India or a multilaterally funded
agency.

3. We have no objection to IRCON requesting to any bank, person, firm or


body and any such agency furnishing pertinent information as deemed
necessary or to verify this statement or regarding our competence and
general reputation.

4. We understand that further qualifying information may be requested by


IRCON and we agree to furnish any such information at the request of
IRCON within the prescribed time.

5. We bind ourselves with all the stipulations of the Bidding Document


including period of completion, provision of adequate equipment,
personnel and other resources required for completion within the
stipulated completion period and agree to augment any resources, if
found necessary for timely completion of the project, as desired by the
IRCON.

6. We have read and understood all the provisions included in the Integrity
Pact and abide by them, if applicable.

7. We have read and understood all the provisions included in the bid
documents and abide by them.

8. The information furnished by us is correct and we understand the


consequences in case any of the information furnished is not found to
be true.

(Signed by the Authorized Representative of the Firm)


Name of the Authorized Representative.
Name of the Firm.
Dated:

- 31 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

ANNEXURE – V
(Ref. Clause 3.0 of e-Procurement Notice)

Essential Qualifying Criteria

1.0 The Bidder should possess the experience of having successfully


completed similar works during the last 7-years (ending last day of the
month previous to the one in which tenders are invited) which should be
any one of the following:-

i) Three similar completed works each costing not less than the amount
equal to 40% of the estimated cost.

ii) Two similar completed works each costing not less than the amount equal
to 50% of the estimated cost.

iii) One similar completed work costing not less than the amount equal to
80% of the estimated cost.

Notes:
Following will be considered as similar work*.

*Highways/Expressways/Runways executed as per MORTH & other


relevant specifications and code of practices.

1.1 Experience in specialized activity:- In addition to para-1.0 above, the


tenderer should possess the experience of executing following specialized
/ key activities in one or separate contracts involving Highway/
Expressway/Railway/ Runways during the last three years from the date
of Notice Inviting Tender::-

(a) Total Quantity of at least -

i) Earthwork in formation (Cutting, Embankment & Subgrade) – 1,50,000


Cum
ii) Granular Sub Base / Base course/Sub-ballast – 35,000 Cum
iii) Asphalt / Bituminous work – 11,000 Cum
iv) RE /RT Walls – 15,000 Sqm
v) Concrete work in construction of RCC Culverts /Bridge/ROB/RUB/
underpass/ Overpass/ Flyover with RCC /PSC Girder. – 14,500 Cum

vi) Construction of Bridge /Flyover/ROB of at least 150m length with PSC


Girders of span not less than 25m

The tenderer should submit performance certificates, in reference to 1.0 (i) to (iii)
above from clients. For the purpose of meeting the specialized activity
experience requirement the work need not have been completed, i.e; this
requirement can be met from either ongoing work or from completed work.
- 32 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

2. The average annual financial turnover during the last 3-years should be at
least 40% of the estimated cost.

Notes:

The financial turnover shall be judged from ITCC or Annual Reports


including Profit and Loss Account.

3. The Contractor should have positive net worth. This will be judged from
the audited Balance Sheet of the last financial year ending on a date not
prior to 18 months from the date of submission of the tender.

4. The contractor should submit performance certificates in reference to


S.No.1 (minimum 3 nos., 2 nos. or 1 no. as the case may be) above
issued by Government Organizations/ Semi Government
Organizations/ Public Sector Undertakings/ Autonomous bodies/
Municipal bodies/ Public Limited Company/Concessionaire of
NHAI/Concessionaire of State Highway for having successfully
completed similar works in the last 7 years. Certificates issued by such
Public Limited Company/ Concessionaire of NHAI/Concessionaire of
State Highway must be supported by Tax Deducted at Source (TDS)
Certificates in evidence of the value of work executed.

5. The bidder shall sign the Affidavit as enclosed in Annexure-‘IV’ of


“Instructions to Tenderers”.

6. Evaluation of Multiple Bids of the same Bidder:-


The works in the Project are grouped into three contract packages, and
bidders are allowed to bid in single/multiple contract package(s) and
evaluation shall be done as under:

6.1 In first stage the qualification of the bidder shall be checked


separately for each individual package for which the bidder has
submitted the substantially responsive proposal / bid.
6.2 In the second stage, the bidder whose proposal for more than one
package has been determined substantially responsive and meeting
the qualification requirements of individual packages, the technical
evaluation of such bidder will again be done for the combined
requirements {by clubbing the values for Completed similar works
(Clause 1.0 above),Quantity executed for Key Activities (Clause 1.1
above) and Average Annual Financial Turnover (Clause 2.0 above) }
for all the possible combination (s) of packages such as (i) 1A, 1B &
2; (ii) 1A & 2; (iii) 1B & 2; (iv) 1A & 1B.
6.3 When any bidder fails to meet all the qualification criteria for all the
four combinations as above, the financial bid(s) of higher value
package(s) shall only be opened.
- 33 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

6.4 After the evaluation of technical proposals as above, the financial


offers shall be opened for those specific package(s) of specific
bidders who have submitted substantially responsive proposals and
who have been determined to meet the qualification requirements.
6.5 The offers of bidders which have been rejected on the grounds of
being substantially nonresponsive to the requirements of the bidding
document and which have been determined as being not qualified
as a result of evaluation of technical proposal of individual package,
the price proposal of such bidders for that package shall not be
opened.
7.0 Evaluation of Financial Bids:-

7.1 After the bidder is determined to meet qualification requirements for


any package or combination of packages, the financial bids will be
evaluated and compared on the basis of a package, or a
combination of packages, or as a total of packages in order to
arrive at the least cost combination by taking into account
discounts / rebates offered by bidders in case of award of
combination of two/three packages. On the basis of this
evaluation, the employer may award any package or
combination of packages to the bidder, at his sole discretion.

7.2 The Employer shall evaluate Price Proposals of each Bid for which
the Technical Proposals have been determined to be substantially
responsive.

8.0 Comparison of Bids:-

The Employer shall compare all substantially responsive bids to determine


the lowest evaluated bid, in accordance with Clause 7 above.

9.0 Details for EQC

In addition to the submission of details and documents stipulated


elsewhere in the bidding documents, the Bidder shall also furnish the
details in the table given below:

Clause No. & Details of value of work/quantity of activity and References (Folio No.) of
Clause heading Documents through which criteria against each item is being met.
Package Package Package Combined Combined Combined Combined
1A 1B 2 Package Package Package Package
1A & 1B 1A & 2 1B & 2 1A,1B & 2

1.0 of ITT
Completed
Similar works
during the last 7
years

- 34 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

(i) One Contract


>/= 80% of
Estimated cost
(ii) Two
Contracts, each
>/= 50% of
Estimated cost
(iii) Three
Contracts, each
>/= 40% of
Estimated cost
1.1 of ITT
2.1.1. Experience in
Specialized /
Key Activities
during last 3
years
(a) Total
Quantity of
(i) Earth work
(ii) GSB/Base
Course work
(iii) Asphalt /
Bituminous work
(iv) RE/RT Walls
work
(v) Concrete
work
(b) Bridge
/Flyover /ROB
work
2 of ITT
Average Annual
Financial
Turnover >/=
40% of Estimated
cost
3 of ITT
Net Worth

- 35 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

ANNEXURE – VI
(Ref. Clause 10 of Instructions to Tenderers)

INTEGRITY PACT
General

This Agreement (hereinafter called the Integrity Pact) is made on --------------


day of the month of------------- 201…, between Ircon International Limited
(hereinafter called "IRCON"), a government company under the Ministry of
Railways, and M/s ----------------------------------------------------- (hereinafter
called the "BIDDER") …………………..Description of Bidder.

The expressions “IRCON” and “BIDDER” shall mean and include their
respective legal representatives, successors in interest, and assigns and
shall collectively be referred to as “the Parties” and individually as “the Party”.

WHEREAS IRCON intends to award, under laid down organizational


procedures, contract(s) for ……………………………………(Name of the
Tender/Work) …………………… (hereinafter referred to as the ‘Contract’).

WHEREAS IRCON necessarily requires full compliance with all relevant laws
of the land, rules, and regulations, economic use of resources, and
fairness/transparency in relations with its Bidder(s) and/or Contractor(s).

WHEREAS In order to achieve these goals, IRCON has appointed


Independent External Monitors (IEMs), as detailed in Para 6 of this Pact, to
monitor the entire tender process till the final completion of the contract for
compliance with the Integrity Pact by all the parties concerned for all works
covered in the Contract.

NOW, THEREFORE,

To Avoid all forms of corruption by following a system that is fair, transparent,


and free from any influence/prejudiced dealings prior to, during, and
subsequent to the currency of the contract to be entered into, ;

- 36 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

To Enable IRCON to obtain the desired works/stores/equipment at a


competitive price in conformity with defined specifications by avoiding high
cost and distortionary impact of corruption on public procurement, and

To Enable BIDDERs to abstain from bribing or indulging in any corrupt


practice in order to secure the contract by providing assurance to them that
IRCON will commit to prevent corruption, in any form, by its officials by
following transparent procedures.

THE PARTIES HERETO HEREBY AGREE TO ENTER INTO THIS


INTEGRITY PACT AND AGREE AS FOLLOWS:

1. Scope

The Integrity Pact, in respect of the said contract, would be operative


from the stage of invitation of bids till the final completion of the
contract. Any violation of the same would entail disqualification of the
BIDDERs and exclusion from future business dealings as specified in
this Integrity Pact.

2. Commitments of IRCON

2.1 No official of IRCON, connected directly or indirectly with the contract,


will demand, take a promise for or accept, directly or through
intermediaries, any bribe, any benefit, or any other advantage from the
BIDDER, either for themselves or for any person, organization, or third
party related to the contract in exchange for an advantage in the
bidding process, bid evaluation, contracting, or implementation
process related to the contract.

2.2 IRCON will, during the entire tender process stage, treat all BIDDERs
with equity and reason. It will provide to all BIDDERs the same
information and will not provide any such information to any particular
BIDDER which could afford an advantage to that particular BIDDER in
comparison to other BIDDERs.
- 37 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

2.3 IRCON shall obtain bids from only those party/parties who have been
short-listed or pre-qualified or through a process of open
advertisement / web publishing or any combination thereof.

2.4 In case any misconduct on the part of any official(s) of IRCON is


reported by the BIDDER to the Chairman & Managing Director of
IRCON with full and verifiable facts and the same is prima facie found
to be correct by the Chairman & Managing Director of IRCON,
necessary disciplinary proceedings, or any other action as deemed fit,
may be initiated by IRCON and such a person shall be removed from
further dealings related to the subject contract process. In such
situations of misconduct, while an enquiry may stand initiated or may
be going on, the progress of bidding, execution, etc. under the
contract shall not be stalled.

3. Commitments of BIDDERs

3.1 The BIDDER commits itself to take all measures necessary to prevent
corrupt practices, unfair means, and illegal activities during any stage
of bid including pre-contract, contract, or post-contract stage. In
particular the BIDDER undertakes to abide by the measures given in
the following paragraphs.

3.2 The BIDDER will not offer, directly or through intermediaries, any
bribe, benefit, or any other advantage like commission, fees,
brokerage or inducement to any official of IRCON, connected directly
or indirectly with the bidding process, or to any person, organization or
third party related to the contract in exchange for any advantage in the
bidding, evaluation, contracting, and implementation of the contract.

3.3 The BIDDER has not given, offered, or promised to give, directly or
indirectly, any bribe or any benefit or other advantage like commission,
fees, brokerage, or inducement to any official of IRCON or their family

- 38 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

members or otherwise in procuring the Contract or forbearing to do or


having done any act in relation to the obtaining or execution of the
contract.

3.4 The BIDDER will disclose the name and address of its agents and
representatives, if any, in India and/or abroad.

3.5 The BIDDER will disclose the payments to be made by them to


agents/brokers or any other intermediary, in connection with this
bid/contract.

3.6 The BIDDER further confirms and declares to IRCON that the
BIDDER has not engaged any individual or firm or company, whether
Indian or foreign, to intercede, facilitate, or in any way to recommend
to IRCON or any of its functionaries, whether officially or unofficially,
award of the contract to the BIDDER, nor has any amount been paid,
promised, or intended to be paid to any such individual, firm or
company in respect of any such intercession, facilitation, or
recommendation.

3.7 The BIDDER will not collude with other parties interested in the
contract to impair the competition, transparency, fairness, and
progress of the bidding process, bid evaluation, contracting, and
implementation of the contract.

3.8 The BIDDER will not accept any advantage in exchange for any
corrupt practice, unfair means, and illegal activities.

3.9 The BIDDER will not use for purposes of competition or personal gain,
or pass on to others, any information provided by IRCON as part of
the business relationship, regarding plans, technical proposals, and
business details, including information contained in any electronic data
carrier. The BIDDER also undertakes to exercise due and adequate
care lest any such information is divulged.
- 39 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

3.10 The BIDDER commits to refrain from making any complaint, directly or
through any other manner, without supporting it with full and verifiable
facts. If the BIDDER submits frivolous or false complaint(s), it will be
liable to attract sanctions as mentioned in Para 5 of this Pact.

3.11 The BIDDER will not instigate or cause to instigate any third person to
commit any of the actions mentioned above.

3.12 If the BIDDER or any employee of the BIDDER or any person acting
on behalf of the BIDDER, either directly or indirectly, is a relative of
any of the officers of IRCON, or alternatively, if any relative of an
officer of IRCON has financial interest/stake in the BIDDER's firm, the
same will be disclosed by the BIDDER at the time of filing of tender.

The term 'relative' for this purpose would be as defined in Section 6 of


the Companies Act 1956 or any amendment thereto (Annexure-A).

3.13 The BIDDER will not lend to or borrow any money from or enter into
any monetary dealings or transactions, directly or indirectly, with any
employee of IRCON.

3.14 All disclosures required under this Pact shall be included as


Annexures/Appendices thereto as an integral part of this Pact.

3.15 If the BIDDER/Contractor is a partnership or a consortium, this Pact


will be signed by all partners or consortium members.

4. Previous Transgression

4.1 The BIDDER declares that no previous transgression has occurred in


the last three years immediately before signing of this Integrity Pact,
with any other company in any country in respect of any corrupt
practices envisaged hereunder or with any Public Sector Enterprise in
India or any Government Department in India that could justify
BIDDER’s exclusion from the tender process.

- 40 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

4.2 The BIDDER agrees that if it makes incorrect statement on this


subject, BIDDER can be disqualified from the tender process or the
contract and, if already awarded, can be liable to attract sanctions
under this Pact.

5. Sanctions for Violations

5.1 Any breach of the provisions of this Pact by the BIDDER or anyone
employed by it or acting on its behalf (whether with or without the
knowledge of the BIDDER) shall entitle IRCON to take all or any one of
the following actions, wherever required:-

5.1.1 To disqualify the BIDDER in pre-award stage without assigning


any reason and without any compensation to the BIDDER.
However, the proceedings with other BIDDER(s) would
continue.
5.1.2 To take such actions/steps as per provisions made in the tender
documents/contract, if contract already signed, without giving
any compensation to the BIDDER.
5.1.3 To debar the BIDDER from participating in future bidding
processes as per IRCON’s policy on “Suspension/Banning of
Business Dealings” with Agencies” (Annexure-B).
5.1.4 To forfeit, either fully or partially, the Earnest Money Deposit (in
pre-contract stage) and/or Security Deposit/Performance Bond
(after the contract is signed), without assigning any reason
therefor.
5.2 IRCON will also be entitled to take all or any of the actions mentioned
under this Para 5 in the event of commission by the BIDDER, or
anyone employed by it or acting on its behalf (whether with or without
the knowledge of the BIDDER), of an offence as defined in Chapter IX
of the Indian Penal code, 1860, or Prevention of Corruption Act, 1988,
or any other statute enacted for prevention of corruption.

- 41 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

5.3 The decision of IRCON to the effect that a breach of any provision of
this Pact has been committed by the BIDDER shall be final and
conclusive on the BIDDER.

5.4 The BIDDER shall be liable to pay compensation for any loss or
damage to IRCON in the event of any action under this Para 5 and
IRCON shall be entitled to deduct the amount so payable from the
money(s) due to the BIDDER.

6. Independent External Monitors (IEMs)

6.1 IRCON has appointed Independent External Monitors (hereinafter


referred to as IEMs) for this Pact in consultation with the Central
Vigilance Commission Names and Addresses of the IEMs are given
below:
6.1.1 Shri (As per nomination).
(Address as per nomination)

6.1.2 Shri (As per nomination)


(Address as per nomination)

6.2 The task of IEMs shall be to review independently and objectively


whether, and to what extent, the Parties comply with the obligations
under this Pact.

6.3 The IEMs shall not be subject to instructions by the representatives of


the Parties and perform their functions neutrally and independently.

6.4 Both the Parties accept that the IEMs would have a right to access,
without restriction, to all Project documentation of IRCON and the
BIDDER upon request and demonstration of a valid interest by the
IEMs. The same is also applicable to sub-contractors of the BIDDER.
The IEMs shall be under contractual obligation to treat the information
and documents of all the parties with confidentiality.

- 42 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

6.5 In case of non-compliance of the provisions of the Integrity Pact, any


complaint/non-compliance can be sent by an aggrieved party, giving
specific details of non-compliance with supporting documents, to the
designated Nodal Officer of IRCON appointed by the CMD. The Nodal
Officer, after verification of the complaint, shall refer the
complaint/non-compliance so received by him to the aforesaid IEM(s).
Alternatively, as soon as the IEM notices a violation of this Pact, or
has reason to believe that a violation has occurred, or had received a
complaint, he will so inform the CMD of IRCON in the first instance.

6.6 The IEMs would then examine all complaints, other than
anonymous/pseudonymous complaints, received by them and give their
written report to the CMD of IRCON within 6 weeks from the date of
reference or intimation to him by IRCON/BIDDER and, should the
occasion arise, submit proposals for correcting problematic situations.
7. Law and Place of Jurisdiction

This Pact shall be applicable to all tenders invited and finalized in


India. This Agreement is subject to Indian Law and the place and
jurisdiction for resolving any issue shall be New Delhi.

8. Other Legal Actions

The actions stipulated in this Integrity Pact are without prejudice to any
other legal action that may follow in accordance with the provisions of
the extant law in force relating to any civil or criminal proceedings.
9. Validity

9.1 The validity of this Integrity Pact shall be from the date of its signing
and extend up to 5 years or the complete execution of the contract to
the satisfaction of both IRCON and the BIDDER including Defect
Liability/Warranty period, whichever is later. In case BIDDER(s) is
(are) unsuccessful, this Integrity Pact shall cease to be valid on the
expiry of two months from the date of award of the contract.

- 43 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

9.2 Should any provision of this Pact turn out to be invalid, the remaining
parts of this Pact shall remain unaffected which shall be honoured and
implemented by the Parties in its intent and spirit.
10. The Parties hereby sign this Integrity Pact at -----------on---------

(Full name & Registered Office address)


For and on Behalf of For and on Behalf of
Ircon International Limited BIDDER (Full name of
Bidder & regd. address)

Name of the Authorized Officer. Name of the Authorized Officer


Designation Designation

(SEAL) (SEAL)

Witness Witness

1. 1 ------------------------------------------

2.----------------------------------------- 2. ------------------------------------------

- 44 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

Annexure-A
LIST OF RELATIVES

Section 2(77) of the Companies Act, 2013


[Effective from 1st April, 2014]

‘‘Relative’’, with reference to any person, means anyone who is related to


another, if –
(i) they are members of a Hindu Undivided Family;
(ii) they are husband and wife; or
(iii) one person is related to the other in such manner as may be prescribed;

List of Relatives in terms of Section 2 (77) [as prescribed under Rule 4 of


Companies (Specification of Definitions Details) Rules, 2014]

A person shall be deemed to be the relative of another, if he or she is related to


another in the following manner, namely:-

1. Father:

Provided that the term “Father” includes step-father.

2. Mother:

Provided that the term “Mother” includes the step-mother.

3. Son:

Provided that the term “Son” includes the step-son.

4. Son's wife.

5. Daughter.

6. Daughter’s husband.

7. Brother:

Provided that the term “Brother” includes the step-brother;

8. Sister:

Provided that the term “Sister” includes the step-sister.

- 45 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

Annexure-B

Procedure for Suspension/Banning


of Business Dealings with agencies
in IRCON

(Issue No.:01 Date: 10.06.2013)

IRCON INTERNATIONAL LIMITED


(A Govt. of India Undertaking)
C-4, DISTRICT CENTRE, SAKET,
NEW DELHI-110017
PHONE: +91-11-29565666; FAX: +91-11-26522000, 26854000
E-mail: info@ircon.org ; Web: www.ircon.org
CIN: U45203DL1976G01008171

- 46 -
Procedure for Suspension/Banning of Business Dealings
with agencies in IRCON

PROCEDURE FOR SUSPENSION/BANNING OF BUSINESS DEALINGS

CONTENTS

S. No. Description Page


1. Introduction 39
2. Scope 39
3. Definitions 40
4. Grounds on which Suspension/Banning of Business 40
Dealings can be initiated
5. Initiation of Suspension/Banning 41
6. Appeal against the Decision of the Competent Authority 44

- 47 -
Procedure for Suspension/Banning of Business Dealings
with agencies in IRCON

1 Introduction

1.1 IRCON is a specialized construction organization covering the entire


spectrum of construction activities and service in the infrastructure
sector, especially Railways. The primary objective of IRCON is timely
and efficient execution of projects assigned to it and at the same time
ensuring the quality thereof. As a commercial organization IRCON is
expected to adopt ethics of highest standards and a very high degree
of integrity, commitment and sincerity towards the work undertaken.
Accordingly, it is not in the interest of IRCON to deal with such
Agencies who commit deception, fraud or other misconduct in the
execution of contracts awarded/orders issued to them. Appropriate
action needs to be taken against them in accordance with the
procedure prescribed herein.

1.2 This procedure shall be applicable for effecting suspension/banning of


business dealings with Agencies working for IRCON. It is incumbent
upon IRCON to ensure compliance with the laws and principles of
natural justice for banning the business dealings with any Agency.
After issue of the Ban order for dealings in IRCON the Management
may consider whether or not to refer the matter to the Indian Railways
to consider imposition of similar ban by Indian Railways.

1.3 Since banning of business dealings involves severe consequences for


the Agency concerned, it is essential that an adequate opportunity is
provided to the Agency to present its case and any explanation, if
tendered, is properly considered. If necessary, a personal hearing may
be given to the Agency, before passing an order of banning based on
the facts and circumstances of the case on record.

2 Scope

2.1 The procedure for (i) Suspension and (ii) Banning of Business
Dealings with Agencies, is laid down in these guidelines.

2.2 It is clarified that these guidelines do not cover the process for
declaring an Agency as “Non Performer” for which instructions have
been issued separately.

2.3 The suspension / banning shall be with prospective effect, i.e., it will
affect future business dealings only.

2.4 These guidelines shall apply to all the Projects/Regional Offices of


IRCON.

- 48 -
Procedure for Suspension/Banning of Business Dealings
with agencies in IRCON

3 Definitions

3.1 In these Guidelines, unless the context otherwise requires:

i) 'Agency' means a 'Bidder/Contractor/Supplier/Consultant'


ii) 'Competent Authority' and 'Appellate Authority' shall mean the
following:

a) 'Competent Authority' shall be the concerned Director of IRCON


and
b) 'Appellate Authority' shall be CMD, IRCON

Note: 'Competent Authority' and 'Appellate Authority' shall not be the same
person.

iii) 'Investigating Agency' shall include Central Vigilance Commission


(CVC), the Vigilance Departments of IRCON/Ministry of Railways,
Central Bureau of Investigation, or any Central/State Government
Department having powers to investigate into the propriety of
working of the Agency for IRCON.

iv) Other Terms used in this Circular shall have the same meaning as
assigned to them in Clause 1102 of Chapter-XI of Vigilance Manual
of Indian Railways.

4 Grounds on which Suspension/Banning of Business Dealings


can be initiated:

4.1 For security considerations, including suspected disloyalty of the


Agency to the State or IRCON, as the case warrants;

4.2 If any Director/Owner/Proprietor or partner of the Agency, is convicted


by a Court of Law for an offence involving moral turpitude in relation
to its business dealings with IRCON, any Government Department/
Ministry or any other Public Sector Enterprise.

4.3 If there is strong justification for believing that any Director, Proprietor,
Partner, owner of the Agency has been guilty of malpractices, such as
bribery, corruption, fraud, substitution of tenders, interpolations, etc.

4.4 If the Agency engages a public servant dismissed/removed from


service on account of corruption or employs a person convicted for an
offence involving corruption, moral turpitude or abetment of such
offence; in a position where he could corrupt government servants.

4.5 If the Agency has resorted to corrupt, fraudulent malpractices including


misrepresentation of facts;

- 49 -
Procedure for Suspension/Banning of Business Dealings
with agencies in IRCON

4.6 If the Agency uses intimidation/threats or brings outside pressure on


the Company (IRCON) or/on its officials in acceptance of Tender or
performance of the job under the contract;

4.7 Based on the findings of the investigation report of the Investigating


Department against the Agency that it has resorted to mala-fide/
unlawful acts or improper conduct on its part in matters relating to
IRCON, any Government Ministry/Department or any other PSU;

4.8 If the Agency has submitted a false or wrong Affidavit along with its bid
with regard to the credentials of the firm or misrepresented/
manipulated the facts in regard to or in connection with any bid
submitted to IRCON.

4.9 Established litigant nature of the Agency to derive undue or benefit.

4.10 If the Agency misuses the premises or facilities of the IRCON,


forcefully occupies or damages the IRCON’s properties including land,
water, resources, forests / trees or tampers with documents / records
etc.

4.11 If the business dealings with the agency have been banned by the
Ministry of Railways.

(Note: The above grounds are illustrative only and not exhaustive. The
Competent Authority may decide to suspend/ban business dealings for
any other reasonable cause and sufficient reason)

5 Initiation of Suspension/Banning:

5.1 Suspension of Business dealing

5.1.1 Action for suspension may be initiated by the concerned ED/IRCON


on receipt of a report from the Project head/Functional head/
Investigating Department and if it is considered that allegations are of
a serious nature, which may warrant banning of business dealings with
the Agency. The report should also bring out whether pending banning
of business proceedings it would be in the interest of IRCON to enter
into fresh business dealings with the Agency or order immediate
suspension of further business dealings with the Agency. The ED shall
submit his report to the Competent Authority.

5.1.2 As far as possible, the existing contract(s) with the Agency may be
continued unless the Competent Authority, having regard to the
circumstances of the case decides otherwise in the interest of IRCON.

- 50 -
Procedure for Suspension/Banning of Business Dealings
with agencies in IRCON

5.1.3 If the Competent Authority, after consideration of the matter, including


the recommendations of the Investigating Department/report of the
ED, decides that it would not be in the interest of IRCON to enter into
business dealings with the Agency pending investigations, he may
order suspension of business dealings with the Agency.

5.1.4 The Investigating Department may be advised to complete their


investigations and submit a final report within a period of three months.

5.1.5 The order of suspension of business dealings would not remain


effective for a period beyond three months from the date of the issue
of the suspension order unless show cause notice for banning of
business is issued to the Agency within this period. However, if the
final investigation report is not received within this period, the
Competent Authority may extend the period of suspension by another
three months, during which period the show cause notice must be
issued. Once the show cause notice is issued the suspension order
will continue till decision by Competent Authority.

5.1.6 In case of suspension the Agency must be informed immediately of


the suspension order with brief charges under investigation. It is not
necessary to enter into correspondence with or offer explanations to
the Agency at this stage.

5.1.7 The order of suspension can be issued without giving any show cause
notice or personal hearing to the Agency. However, the suspension
cannot be continued for an indefinite period, unless a show-cause
notice for banning of business is issued within 6 (six) months, the
period of suspension will either be extended or the suspension shall
be revoked.

5.2 Banning of Business Dealings

5.2.1 A decision to ban business dealings with any Agency shall normally
apply throughout IRCON. However, the Competent Authority can
impose such a ban project/region wise only if in the particular case
banning of business dealings in respective project/region will serve the
purpose and achieve its objective and banning throughout the
Company is not required in view of the local conditions and impact of
the misconduct / default. Any ban imposed by Corporate Office shall
be applicable across all Units of IRCON.

5.2.2 An Investigating committee consisting of ED concerned,


ED/Finance and an ED nominated by Competent Authority shall
look into the charge(s) against the agency. The functions of the
committee shall, inter-alia include:

- 51 -
Procedure for Suspension/Banning of Business Dealings
with agencies in IRCON

i. To study the report of the project head/Functional head /


Investigation agency and decide if a prima-facie case for banning
exists, if not, send back the case to the Competent Authority.

ii. To recommend for issue of show-cause notice to the Agency by


the competent authority as per clause 5.2.3.

iii. To examine the reply to show-cause notice and call the Agency for
personal hearing, if required.

iv. To submit final recommendations to the Competent Authority for


banning or otherwise.

5.2.3 On receipt of the report of the Investigating Committee if the


Competent Authority is prima-facie of the view that action for banning
of business dealings with the Agency is called for, a show-cause
notice may be issued to the Agency after approval by the Competent
Authority.

5.2.4 The show cause notice, duly approved by the Competent Authority,
may be issued by Regd. A.D./Speed Post by concerned ED in charge
of the project along with a statement containing the imputation of
misconduct or malpractice and the Agency should be asked to submit
its written explanation or statement in defence within 30 days of the
date of notice. If no reply is received, a decision may be taken ex-
parte by the Investigating Committee based on facts and evidence on
record.

5.2.5 If the Agency requests for inspection of any relevant document


mentioned in the show cause notice in possession of IRCON, the
facility for inspection of such documents may be provided.

5.2.6 After considering the reply of the Agency and other circumstances and
the recommendation of the investigating committee, a final decision
shall be taken by the Competent Authority, if considered necessary
after giving an opportunity for personal hearing to the Agency. The
Competent Authority may then consider and pass an appropriate
speaking order:

a) exonerating the Agency, if the charges are not established;

b) banning the business dealings with the Agency along with the period
for which the ban would be operative, if the charges are proved.

c) whether or not to refer the matter to the Indian Railways to consider


imposition of similar ban by Indian Railways.

- 52 -
Procedure for Suspension/Banning of Business Dealings
with agencies in IRCON

5.2.7 The order for banning of business dealings by all units of IRCON shall
be applicable to the Agency including its allied firms as defined in Para
1102 of IR Vigilance Manual.

5.2.8 Decision of Competent Authority will be intimated to the concerned


ED, who will convey the same to the delinquent Agency and its allied
firms and circulate it to the corporate office and all Project head /
Functional head for applying these orders uniformly in IRCON. The
reasons may not be disclosed in such communications. However, the
fact that the representation has been considered should invariably be
mentioned in the communication.

5.2.9 The validity of the banning order shall be for a specified time period,
on expiry of which, the banning order shall cease to operate, unless
extended further by competent authority.

6 Appeal against the Decision of the Competent Authority:

6.1 The Agency may file an appeal against the order of the Competent
Authority for suspension continuing beyond six months or order of
banning business dealings with the Agency. The appeal shall lie with
the Appellate Authority. Such an appeal shall be preferred within one
month from the date of receipt of the order banning of business
dealings or order of continuance of suspension order beyond six
months.

6.2 Appellate Authority shall consider the appeal and pass an appropriate
order which shall be communicated to the Agency as well as the
Competent Authority.

If the decision of the Competent Authority is modified by the Appellate


Authority the same will be intimated by concerned ED to the
delinquent agency and its allied firm and circulate it with advice to all
Project Heads and Corporate Office of IRCON.

This procedure order is issued with the approval of CMD/IRCON.

P.S. : Where ED is not dealing with the case of a particular contract(or), the
same action may be taken by the Coordinating GM or any other officer
made in-charge for the work.

- 53 -
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

ANNEXURE – VII
(Ref. Clause 8.0 of e-Procurement Notice, sub-clause ‘C. 6.3’ of ITT, sub-clause D.12.2 of ITT &
sub-clause D. 15.1 of ITT)

CHECK LIST for list of documents duly page numbered, signed, stamped by authorized
signatory of the Bidder to be scanned, uploaded (in PDF/ JPG format such that file size is not
more than 5 MB) with the e-tender and submitted online not later than the prescribed date and
time for e-bid submission:

1. Forwarding Letter of the bidder


2. Form of Bid
3. Details of similar works completed in last seven years (Format - 1).
4. Annual Turnover for the last three years with supporting documents
(Format - 2).
5. Programme for deployment of man power (Format - 3).
6. Programme for deployment of Plant and Machinery on the project (Format
- 4).
7. Attested copies of the constitution of its firm such as Partnership Deed,
Memorandum and Articles of Association, etc.
8. GSTIN
9. ISO 9001-2008 certificate (if any).
10. Schedule of start and completion of work in the form of Bar Chart.
11. Methodology for execution of works.
12. Proof of transaction towards payment of Cost of Tender Document/
Earnest Money through NEFT or RTGS and copy of Earnest Money
Deposit of requisite amount in the prescribed form.
13. Power of Attorney duly attested by Notary Public in favour of the person
signing the e-bidding documents digitally as well as manually.
14. Bankers details (name of bank and branch) along with bidders own bank
details (Account No., Name of Account Holder, NEFT/RTGS details) as
per Format given in Annexure-I).
15. Affidavit (as per Format given in Annexure-IV)
16. Scanned copy of EMD in prescribed form.
17. Any other details sought through ITT.
Note :

i) Hard copy of above documents in original must be presented to


IRCON, if requested so, either during the process of finalization or
after finalization of the tender.

ii) Financial bid submitted by any bidder in physical form shall not be
considered and the same will be left un-opened.

iii) Submission of Earnest Money Deposit in original in the form of Pay


Order/DD/FDR/BG as referred in clause no. 9.0 of ‘Instructions to
Tenderers’.

- 54 -
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

ANNEXURE-VIII

BANK GUARANTEE FOR ADVANCE PAYMENT

To

IRCON INTERNATIONAL LIMITED,

[Acting through (Tender Inviting Authority) & Address]

_________________________________________ [name of Contract]

Gentlemen:

In accordance with the provisions of the Conditions of contract, Sub-Clause ____


(“Advance Payment”) of the above-mentioned contract,
____________________________________________________ [name and
address of the Contractor] (hereinafter called “the Contractor”) shall deposit with
____________________ [name of Employer] a bank guarantee to guarantee his
proper and faithful performance under the said Clause of the Contract in an
amount of ____________ [amount of Guarantee], ________________________
[amount in words].

We, the ____________________ [name of bank], as instructed by the


Contractor, agree unconditionally and irrevocably to guarantee as primary
obligator and not as Surety merely, the payment to IRCON INTERNATIONAL
LIMITED on their first demand without whatsoever right of objection on our part
and without his first claim to the Contractor, in the amount not exceeding
______________ [amount of Guarantee], ______________________________
[amount in words].

We further agree that no change or addition to or other modification of the terms


of the Contract or of Works to be performed there under or of any of the Contract
documents which may be made between IRCON INTERNATIONAL LIMITED
and the Contractor, shall in any way release us from any liability under this
guarantee, and we hereby waive notice of any such change, addition, or
modification.

- 55 -
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

This guarantee shall remain valid and in full effect from the date of the advance
payment under the Contract up to ______ (until IRCON INTERNATIONAL
LIMITED receives/recovers full repayment of advance along with interest
accrued thereon from the Contractor).

Yours truly,

SIGNATURE AND SEAL OF THE GUARANTOR

Name of Bank:
Address:
Date:

- 56 -
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

ANNEXURE-IX
(Ref. Sub-clause 9.1 c) of Instructions to Tenderers)

(to be executed on a non-judicial stamp paper of `100/- only)

BANK GUARANTEE FOR EARNEST MONEY DEPOSIT

(Tender Notice No. and date)

Ref: (Bank Guarantee No. and Date)

To

IRCON INTERNATIONAL LIMITED,

[Acting through ____________________(Tender Inviting Authority) & Address]

WHEREAS,_________________________________ [name of Bidder]


(hereinafter called “the Bidder”) intends to submit his bid dated ________ (date)
for_____[name of work] (hereinafter called “the Bid”).

1. KNOW ALL PEOPLE by these presents that We _________________


[name of bank] of _____________(name of country) having our registered
office at ____________(hereinafter called “the Bank”) are bound unto
IRCON INTERNATIONAL LIMITED (hereinafter called “the Employer”) in
the sum of `_________* [amount of Guarantee],________ [amount in
words] for which payment well and truly to be made to IRCON
INTERNATIONAL LIMITED. The Bank binds itself, its successors and
assigns by these presents with the Common Seal of the Bank this
_______ day of _____ 20__ and undertake to pay to the Employer up to
the above amount upon receipt of their first written demand, without
IRCON INTERNATIONAL LIMITED having to substantiate their demand.

The CONDITIONS of this obligation are :

(i) If the bidder withdraws his tender during the period of tender validity
specified in the tender or extended validity period as agreed to in writing
by the tenderer;
or
(ii) If the successful tenderer having been notified of the acceptance of his
tender by IRCON INTERNATIONAL LIMETED during the period of Bid
validity:

(a) fails to sign the Contract Agreement in accordance with the terms
of the tender; or

- 57 -
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

(b) fails to furnish the Performance Guarantee in accordance with the


terms of the tender; or

(c) fails to commence the work within the time period stipulated in the
tender.

2. We, the ____________________ [name of bank], and our local branch


at New Delhi (Indicate detail address of local New Delhi branch with
Code No.), undertake to pay to IRCON INTERNATIONAL LIMITED up to
the above amount upon receipt of their first written demand, without
IRCON INTERNATIONAL LIMITED having to substantiate their demand,
PROVIDED THAT in their demand IRCON INTERNATIONAL LIMITED
will note that the amount claimed by them is due to them owing to the
occurrence of one or any of the above conditions, specifying the
occurred condition or conditions.

3. This guarantee will remain valid and in full effect up to and including the
date ____________ **. Any demand in respect of this Guarantee should
reach the Bank not later than the above date.

4. We, the ____________ Bank further agree that this guarantee shall be
invokable at our place of business at New Delhi/Project HQ (Indicate
detail address of branch with Code No.)***. The branch at New Delhi is
being advised accordingly.

DATE_______________ SIGNATURE OF THE BANK ____________________

SEAL ________________________

WITNESS _____________

[Signature, name and address]

_______________________________________________________________
*. The Bank should insert the amount of the guarantee in words and figures
denominated in Indian Rupees. This figure should be the same as
mentioned in the Tender Notice named on top.
**. Date to be filled in keeping a margin of minimum 180 days after the last
date for submission of Bids as stated in the “Notice Inviting Tenders” or as
executed by IRCON INTERNATIONAL LIMITED (through corrigenda).
***. The Bank should indicate detailed address of New Delhi/Project HQ
branch along with its Code No.

- 58 -
ANNEXURE-X
(Ref. Sub-clause 9.1 c) of Instructions to Tenderers)
List of Cities from where Bank Guarantees from Scheduled Bank Branches will be
recognized by IRCON INTERNATIONAL LIMITED
a. All State Capitals in India
b. Other cities including Capital cities as listed below:
S.N. Cities S.N. Cities S.N. Cities

1 Agra 26 Ghaziabad 51 Mangalore


2 Ahmadabad 27 Gorakhpur 52 Meerut
3 Aligarh 28 Greater 53 Moradabad
Mumbai
4 Allahabad 29 Guntur 54 Mysore
5 Amravati 30 Guwahati 55 Nagpur
6 Amritsar 31 Gwalior 56 Nashik
7 Asansol 32 Hubli- 57 Patna
Dharwad
8 Aurangabad (M.S.) 33 Hyderabad 58 Pondicherry
9 Bareilly 34 Indore 59 Pune
10 Belgaum 35 Jabalpur 60 Raipur
11 Bengaluru 36 Jaipur 61 Rajkot
12 Bhavnagar 37 Jalandhar 62 Ranchi
13 Bhiwandi 38 Jammu 63 Salem
14 Bhopal 39 Jamnagar 64 Solapur
15 Bhubaneshwar 40 Jamshedpur 65 Srinagar
16 Bikaner 41 Jodhpur 66 Surat
17 Chandigarh 42 Kanpur 67 Thiruvananthapuram
18 Chennai 43 Kochi 68 Tiruchirappalli
19 Coimbatore 44 Kolhapur 69 Tirrupur
20 Cuttak 45 Kolkata 70 Vadodara
21 Dehradun 46 Kota 71 Varanasi
22 Delhi, NOIDA, Gurgaon 47 Kozhikode 72 Vijayawada
23 Dhanbad 48 Lucknow 73 Visakhapatnam
24 Durg – Bhilainagar 49 Ludhiana 74 Warangal
25 Faridabad 50 Madurai
Note: The Bank Guarantee must be made invokable at any branch in
Delhi/NCR/ Project HQ branch of the issuing bank.
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

FORMAT-1
(Ref. Sr. No. 3. of Annexure-VII to Instructions to Tenderers)
DETAILS OF SIMILAR WORKS COMPLETED IN LAST SEVEN YEARS

S. Description Name and Contract Date Stipulated Date of Value of Reasons Penalty, if Any other Remarks
No. of the Work address No. and of date of actual completed for any, relevant
of the date award completion completion work delays, if imposed information
Employer of (In Lacs of `) any for delay
work
1
2
3
4
5
6

Note :

1. Please attach copies of the certificates issued by the Client.


2. Only those works shall be considered for evaluation for which copies of the certificates issued by the client are attached.

-60-
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

FORMAT-2
(Ref. Sr. No. 4 of Annexure-VII to Instructions to Tenderers)
ANNUAL TURNOVERS FOR THE LAST THREE YEARS

S. YEAR Turnover from Civil Turnover from all sources Remarks


No. Engineering works (In lacs of `)
(In lacs of `)

Note :
1. Please attach certified/attested copies of the latest ITCC and/or Profit and Loss Account statement to support the information
furnished.

2. Certified Copy of Chartered Accountant showing turn-over.

-61-
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

FORMAT-3
(Ref. Sr. No. 5. of Annexure-VII to ITT of Instructions to Tenderers)
PROGRAMME FOR DEPLOYMENT OF MAN POWER

S. Name Qualification Designation Total Experience Programme for Deployment


No. (in years)

-62-
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

FORMAT-4
(Ref. Sr. No. 6. of Annexure-VII to ITT at Page 45 of ITT)

PROGRAMME FOR DEPLOYMENT OF PLANT AND MACHINERY PROPOSED TO BE ENGAGED ON THE PROJECT

S. Description Make Model & Year Capacity Condition Nos. Programme of Remarks
No. of proposed to Deployment
manufacture be deployed
1
2
3
4

-63-
SECTION - 4
Appendix to Tender

64
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT

APPENDIX TO TENDER

DESCRIPTION Reference Clause

Name of Work:- 1.1 of


Six- Laning of Davanagere-Haveri Section Instructions
of NH-48 (Old NH-4) in the State of to Tenderers
Karnataka - Pkg.1B from Km. 275+600 to
282+450

Client:- 1.3(a) of
Ircon Davanagere Haveri Highway Limited Instructions
to Tenderers

Employer:- 1.3(b) of
IRCON INTERNATIONAL LIMITED Instructions
C-4, District Centre, to Tenderers
Saket, New Delhi-110 017.

Scope of Work:- 1.5 of


Instructions
to Tenderers and 2.0 of
Special Conditions of Contract

Approximate Estimated Cost of the 1.6 of


Work:- Instructions
Rs. 148.28 Crore to Tenderers

Amount of Earnest Money and in case 9.1 of


EMD is submitted in the form of Pay Instructions
Order/Demand Draft, the same shall be to Tenderers
payable at New Delhi :- Rs 0.802 Cr

Period of Validity of Tender:- 11.1 of


Instructions to Tenderers
90 days.

Period of Completion:- 11.0 of


Special Conditions
24 months of Contract
Defect Liability Period:- 13.0 of
2 years Special Conditions of Contract

-- 65 -
SECTION - 5
Special Conditions of Contract

-- 66 -
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

SPECIAL CONDITIONS OF CONTRACT

1.0 GENERAL

The conditions of the Contract shall be General Conditions of Contract (herein


after called as the General Conditions) as modified and added to by the
following Special Conditions of Contract which shall be read and construed
with the General Conditions as if they were incorporated therewith.

Insofar as any of the conditions of Special Conditions of Contract conflict or


be inconsistent with any of the General Conditions, the special conditions
shall prevail.

2.0 Scope of Work

2.1 The scope of work is broadly described as “Six- Laning of Davanagere-


Haveri Section of NH-48 (Old NH-4) in the State of Karnataka - Pkg.1B
from Km. 275+600 to 282+450

2.2 Work is to be carried out as per the approved drawings, specifications and
instructions of the Engineer. Items of works to be executed shall be generally
as per the BOQ/ Schedule of the contract, MoRTH Specifications and as per
instructions of the Engineer.

2.3 Scope of works is as indicated below but not limited to:

i. True and proper setting out and layout of the works, providing location marks,
bench marks, preparation of report and plans.
ii. Construction of road including construction of carriage way, service road,
shoulders and medians, structures, provision of drainage.
iii. Earthwork in excavation and embankment with suitable soil available from
existing road cutting/ private land.
iv. Construction of Granular Sub-base.
v. Construction of Wet Mix Macadam base
vi. Construction of Dense Bituminous Macadam (DBM) course using bitumen
grade (VG 40 and/ or other grade as required to meet the design
requirements).
vii. Construction of Bituminous Concrete (BC) course using bitumen grade (VG 40
and/ or other grade as required to meet the design requirements).
viii. Construction of pipe/slab/box culverts, Underpasses, Minor bridges, Major
Bridges, Flyovers etc.
ix. Widening and Rehabilitation of existing structures.
x. Drainage and protective works.
xi. Development of Junctions.
xii. Approaches to the existing bridges and new bridges.

-67
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

xiii. Any other item of work as may be required for completing the road works
including all incidental works in all respects in accordance with the provisions
of the contract.

2.4 Others – General

i. All aspects of quality control and quality assurance of Works including


documentation.
ii. Providing measures for prevention of environmental impacts due to
construction activities.
iii. Provision of laboratory for testing, including the supply of technical personnel,
equipment, instruments and consumables etc.
iv. Handing over of the works on completion after due site clearance
v. Providing information for making As built drawings and other related
documents;
vi. Rectification of the defects in the completed works during the defect liability
period;
vii. Execution of any other item of work for the construction and completion of the
Works in accordance with the provisions of Contract including all incidental
items as well as preparation and submittal of reports, plans as required.

2.5 During the period of the contract the right of way and all existing roads shall
be kept open for traffic for a safe and usable condition. Traffic control and
traffic diversions shall be provided as necessary to protect the works as
directed by the Engineer and provided in the contract.

3.0 LAND FOR EMPLOYER’S SITE OFFICE

The contractor shall arrange the land for site office of employer in the same
campus where the contractor’s site office and laboratory is located. The charges
for land are deemed to be included in the bid whereas, the site office and its
maintenance during entire construction period is being compensated by
payment as per relevant BoQ items.

4.0 ORDER OF PRIORITY OF CONTRACT DOCUMENTS:


Where there is any conflict between the various documents in the contract, the
following order of priority shall be followed i.e. a document appearing earlier
shall override the document appearing subsequently:
i) Agreement
ii) Letter of Acceptance of Tender
iii) Pre-bid clarifications
iv) Addendum(s)/ Corrigendum(s), if any.
v) Notice Inviting Tender

-68
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

vi) Instructions to the Tenderers


vii) Appendix to Tender
viii) Form of Bid
ix) Special Conditions of the Contract
x) General Conditions of Contract
xi) Particular Technical Specifications
xii) General Technical Specifications and Standards
xiii) Other Relevant Standards/codes
xiv) Technical Schedules & Drawings
xv) Financial Bid & Bill of Quantities

5.0 MOBILISATION ADVANCE

5.1 Conditions for Payment:


If requested by the Contractor in writing, the Employer/Engineer shall make an
interest bearing mobilization advance payment to the Contractor for an amount
not more than 10 (Ten) percent of the original contract value. The Mobilization
Advance shall be interest bearing at the rate of 4.5% per annum above the Base
Rate of State Bank of India, as effective on the date of approval of payment of
Mobilization Advance by the Competent Authority. Interest will be
compounded annually on reducing balance. Payment of such advance shall be
made after fulfillment of the following conditions to the satisfaction of the
Engineer:-

i) Execution of the Agreement between the Engineer and the Contractor.


ii) Submission of Performance Security by the contractor in accordance
with Clause 8.2 of General Conditions of Contract.
iii) Submission of an unconditional Bank Guarantee in the format annexed
as Annexure-VIII from a Nationalized Bank in India for an amount equal
to 110% of the Mobilization Advance being paid and amount of interest
for one year. The Bank Guarantee may be split into four separate Bank
Guarantees & each having a minimum value of 2.5% of the original
contract value. Such Bank Guarantee shall remain effective until the
advance payment along with the interest has been recovered from the
Contractor. Bank Guarantee(s) for the amount recovered from the
Contractor shall be released to the Contractor progressively.

5.2 Payment:
After fulfillment of the pre-conditions as described in para 5.1 above, the
mobilization advance shall be released to the Contractor in following stages:

-69
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

Stage-I- Maximum 5% of contract value on fulfillment of the conditions


described in clause 5.1 above.

Stage-II- Maximum 5% of contract value on establishment of site camps


and offices, mobilisation of necessary Plant and Machinery and
man power and other facilities for commencement of work.

Satisfactory Utilization certificate from the contractor for stage-I mobilisation


advance should be obtained before releasing stage-II advance.

5.3 Recovery:
The recovery of mobilisation advance along with upto date interest thereon
shall commence from the Contractor’s on account bills when the value of the
work executed under the contract reaches 15% of original contract value, and
shall be completed when the value of work executed reaches 85% of the
original contract value. The installments on each “on account bill” shall be on
pro-rata basis.

5.3.1 In the event of amount of outstanding advance with interest thereon becoming
more than the available B.G., the Contractor shall have to provide a fresh B.G.
with increased amount or provide a separate B.G. to cover additional amount
likely to be overdue beyond the existing value of Bank Guarantee.

5.4 Calculation of Interest:


Interest shall be compounded on diminishing balance basis on the amount of
advance outstanding. The date of issue of cheque shall be reckoned as the date
on which the recovery has been made for purpose of computing the
outstanding advance and working out the interest.

6.0 SECURED ADVANCE AGAINST MATERIAL BROUGHT TO SITE

Clause 62.2 of GCC stands deleted

7.0 TAXES AND DUTIES (Ref.: G.C.C. Clause ‘56.0’,’57.0’, ‘62.0’ ‘64.0’
and sub-clause no. 4.3, 4.4 and 4.5 of ‘Instructions To Tenderers’ )

7.1 The Contractor shall get registered with the concerned Goods and
Services Tax Department of the relevant state(s) of the project and
submit a copy of the same to the Employer/Engineer. He shall be
responsible for filing Goods and Services tax returns and assessments,
as necessary as per prevalent Laws, Rules and Regulations and shall
also furnish necessary certificates to Employer/Engineer from time to
time. (Refer clause 56.0 (v) of GCC).

-70
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

7.2 Wherever certain exemptions / benefits are available on custom duty the
Contractor shall consider the same while quoting his rates. For instance,
materials/ Plant and Machinery etc. used for execution of the projects
financed by International organizations enjoy exemption from custom
duty under Foreign Trade Policy as Deemed Export on fulfilling the
conditions as per Govt. notifications. Similarly the Contractor shall
ensure that whenever any benefits are available under any other law,
these shall be considered while quoting the rates.

7.3 Deduction towards labor cess is proposed as per followings:-

IRCON will settle labour cess liability for entire project and to meet this
liability Ircon will de deducting an amount @ 1% of gross bill amount from all
bills (on account /final bill) of the contractor. In case there is change in rate of
labour cess as per law, in that case also there will not be any change in recovery
rate and same shall remain @ 1% of gross bill..

8.0 ON ACCOUNT PAYMENTS

On account / Running Account Bills shall normally be raised once in every


month. Minimum amount of any on account /RA bill shall not be less than
5% of the original contract value.

9.0 PRICE ADJUSTMENT (Ref. G.C.C. Clause ‘57.0’)

9.1 The amounts payable to the Contractor through on account bill for the works
shall be adjusted in accordance with the provisions of this Clause for the
increase or decrease in the index cost of inputs for the works by addition or
subtraction of the amounts determined by the formulae produced below

9.2 Price adjustment in accordance with this Sub-clause shall apply only for work
carried out within the stipulated time or extensions granted by the Employer.
Adjustments for work carried out beyond the stipulated time, for reasons
attributable to the Contractor, shall be paid in accordance with Sub-clause-9.3
below:

9.3 In case extension of time is granted to the contractor for the reasons not
attributable to the contractor, the price adjustment shall also be made for the
work executed in extended period as per the formula described in the clause 9.6.
However, in case extension of time is granted to the contractor for the reasons
attributable to the contractor, the price adjustment shall be made for the part
work executed after the original completion period at price indices as applicable
in the month when the original completion period/extended period granted for
the reasons not attributable to the contractor expires.

9.4 To the extent that full compensation for any rise or fall in costs to the
Contractor is not covered by the provisions of this clause, the unit rates and

-71
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

prices included in the contract shall be deemed to include amounts to cover the
contingencies of such other rise or fall of costs.

9.5 The price adjustment, if any, as admissible in terms of the above clauses, shall
be made for increase or decrease in rates and prices of labour, materials, Plant,
Machinery and Spares, fuels and lubricants, Bitumen, Cement, Steel and other
materials in accordance with the following principles and procedures as per
formula given below. The amount certified in each payment certificate shall be
adjusted by applying the respective price adjustment factor to the payment
amounts.

9.6 The following percentages will govern for working out the price of adjustment:

Labour – Pl – 5%
Plant and Machinery and Spares – Pp - 17%
Bitumen – Pb – 6%
POL – Pf – 10%
Other materials – Pm – 40%
Cement (Pc) – 8%
Steel (Ps) - 14%

(a) Price adjustment shall be calculated for work done as per formula given
below; and

(b) Following expressions and meanings are assigned to the value of work done
during each month:

R = Total value of work done during the month. It would include the value of
materials on which secured advance has been granted, if any, during the
month, less the value of materials in respect of which the secured advance has
been recovered, if any, during the month. This will exclude cost of work on
items for which rates were fixed under variations clause (58 & 59 of GCC)
for which the escalation will be regulated as mutual agreed at the time of
fixation of rate.

i. Adjustment for Labour Component

Price adjustment for increase or decrease in the cost due to labor shall be paid
in accordance with the following formula:

VL= 0.85 x Pl/100 x R x (Li – L0)/L0

VL = increase or decrease in the cost of work during the month under


consideration due to changes in rates for local labour.

L0 = the average consumer price index for industrial workers for Bangalore
centre on the day 28 days prior to the closing date of submission of bids as
published by Labour Bureau, Ministry of Labour, Government of India.

-72
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

Li = The average consumer price index for industrial workers for Bangalore
centre on the day 28 days prior to the last day of the period to which a
particular on account bill is related as published by Labour Bureau, Ministry
of Labour, Government of India.

Pl = Percentage of labour component of the work.

ii. Adjustment for Plant and Machinery and Spares component

Price adjustment for increase or decrease in the cost of plant and machinery
spares procured by the Contractor shall be paid in accordance with the
following formula:

VP = 0.85 x Pp/100 x R x (Pi – P0)/P0

VP = increase or decrease in the cost of work during the month under


consideration due to changes in rates for plant and machinery spares.

P0 = The all India average wholesale price index for heavy machinery and
parts on the day 28 days prior to the closing date of submission of bids as
published by the Ministry of Commerce & Industry, Government of India.

Pi = The all India average wholesale price index for heavy machinery and
parts on the day 28 days prior to the last day of the period to which a
particular on account bill is related as published by the Ministry of Commerce
& Industry, Government of India.

Pp = Percentage of plant and machinery spares components of the work.

Note: For the application of this clause, index of Heavy Machinery and Parts has been
chosen to represent the Plant and Machinery Spares group.

iii. Adjustment for Bitumen Component

Price adjustment for increase of decrease in the cost of bitumen shall be paid in
accordance with the following formula:

VB = 0.85 x Pb/100 x R x (Bi – B0)/B0

VB = increase or decrease in the cost of work during the month under


consideration due to changes in rates for bitumen.

B0 = The average official retail price of bitumen at MRPL's ex-works


(Mangaluru / Suratkal, Karnataka), price including GST on the day 28 days
prior to date of submission of bids.

-73
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

Bi = The average official retail price of bitumen at MRPL's ex-works


(Mangaluru / Suratkal, Karnataka) price including GST on the day 28 days
prior to the last day of the period to which a particular on account bill is
related.

Pb = Percentage of bitumen component of the work.

iv. Adjustment for Fuel and Lubricants

Price adjustment for increase or decrease in cost POL (fuel and lubricants
shall be paid in accordance with the following formula:

VF= 0.85 x Pf/100 x R x (Ri – R0)/R0

VF = increase or decrease in the cost of work during the month under


consideration due to changes in rates for fuel and lubricants.

F0 = The average official retail price of of High Speed Diesel (HSD) at the
existing consumer pumps of IOC at Bangalore on the day 28 days prior to
date of submission of bids.

Fi = The average official retail price of HSD at the existing consumer pumps
of IOC depot at Bangalore on the day 28 days prior to the last day of the
period to which a particular on account bill is related.

Pf = Percentage of fuel and lubricants component of the work.

Note: For the application of this clause, the price of High Speed Diesel oil has been
chosen to represent fuel and lubricants group.

v. Adjustment for Other Local Materials

Price adjustment for increase or decrease in cost of Local materials other than
cement, steel, bitumen, plant spares and POL procured by the Contractor shall
be paid in accordance with the following formula:

VM = 0.85 x Pm/100 x R1 x (Mi – M0)/M0

VM = increase or decrease in the cost of work during the month under


consideration due to changes in rates for local materials other than cement,
steel, bitumen, plant spares and POL.

M0 = The all India average wholesale price index (all commodities) on the
day 28 days prior to date of submission of bids, as published by the Ministry
of Commerce & Industry, Government of India, New Delhi.

Mi = The all India, average wholesale price index (all commodities) on the 28
days prior to the last day of the period to which a on account bill certificate is

-74
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

related as published by the Ministry of Commerce & Industry, Government of


India, New Delhi.

Pm = Percentage of local material component (other than cement, steel


bitumen, plant spares and POL) of the work.

vi. Adjustment for Steel i.e. (Reinforcement steel, structural steel, HTS
wires etc.)

Price adjustment for increase or decrease in cost of Steel, procured by the


Contractor shall be paid in accordance with the following formula:

Vs = 0.85 x Ps/100 x R x (Si – S0)/S0

Vm = increase or decrease in the cost of work during the month under


consideration due to changes in rates for Steel.

S0 = The all India average wholesale price index (Steel rods & Bars) on the
day 28 days prior to date of submission of bids, as published by the Ministry
of Commerce & Industry, Government of India, New Delhi.

Si = The all India, average wholesale price index (Steel rods & Bars) on the
28 days prior to the last day of the period to which a on account bill certificate
is related as published by the Ministry of Commerce & Industry, Government
of India, New Delhi.

Ps = Percentage of Steel component of the work.

vii. Adjustment for Cement

Price adjustment for increase or decrease in cost of Cement procured by the


Contractor shall be paid in accordance with the following formula:

VC = 0.85 x Pc/100 x R1 x (Ci – C0)/C0

VC = increase or decrease in the cost of work during the month under


consideration due to changes in rates for Cement.

C0 = The all India average wholesale price index (For Ordinary Portland
Cement) on the day 28 days prior to date of submission of bids, as published
by the Ministry of Commerce & Industry, Government of India, New Delhi.

Ci = The all India, average wholesale price index (For Grey Cement) on the
28 days prior to the last day of the period to which a particular on account bill
is related as published by the Ministry of Commerce & Industry, Government
of India, New Delhi.

Pc = Percentage of Cement.

-75
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

10.0 QUANTITY VARIATION (Ref. GCC clause no. 58)


10.1 Client / Employer intends to undertake value engineering of the project
items which may lead to substantial savings in quantity / change in
specification of items. The same shall be dealt as per contract conditions and
as mentioned elsewhere in the contract.
In case of decrease in quantity, Contractor shall not be entitled for any
compensation and shall be paid for reduced quantity of work at the accepted
rates only.
10.2 In case of increase in quantity, clause no. 58 of GCC shall apply subject to
the following modification
(i) There shall be no reduction of rates for the variations in quantity
beyond (+) 25% and up to (+) 50% (as indicated in Clause 58(ii)a &
58(ii)b of GCC.
(ii) Small value items are those individual items whose value is less than
2% of the original contract value and not the sum, starting from the
lowest value of item (as indicated in Clause 58(ii)e of GCC)
10.3 Other Sub-clauses of 58.0 in GCC shall apply mutatis mutandis

11.0 COMPLETION PERIOD

11.1 The work is required to be completed within a period as specified in the


Appendix to Tender from the date of issue of letter of acceptance.
11.2 The work has to be executed in co-ordination with other agencies working
on or near the project.
11.3 In case of any delay in the completion period, the extension of the same
shall be dealt as per the clause 49.0 of General Conditions of the contract.
11.4 The Contractor shall mobilize resources to site immediately on issue of
Letter of Acceptance to start the work. The work is required to be completed
in a phased manner within a period as specified in the Appendix to Tender
from the date of issue of letter of acceptance in acceptable condition.
The Contractor shall also execute the work in such a manner that various
milestones indicated below are also achieved.

12.0 MILESTONE ACHIEVEMENT

12.1 In order to ensure required progress during execution of the work, the
contractor will be expected to achieve the following milestone targets ahead
of dates mentioned against each.

-76
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

Milestone Description of milestone to achieve Time frame to


targets achieve
Milestones
Milestone-I Completion of – D+ 4 months
i) 30% Culverts Foundation
ii) 10% Bridges Foundation
iii) 20% of road stretch with Earthwork in
Embankment.
Milestone-II Completion of – D+ 8 months
i) Foundation of all Culverts & Bridges
ii) Completion of 40% culverts in all
respects
iii) 30% Completion of bridges work
iv) 50% of road stretch with earth work in
embankment & Subgrade
v) 30% of road stretch with GSB&WMM
vi) 20% of road stretch with DBM
Milestone- Completion of – D+16 months
III i) 70% of Culverts
ii) 60% of Bridges work
iii) 70% of Earth work & Subgrade
iv) 60% of GSB & WMM
v) 50% of road stretch with DBM & 20 %
of stretch with BC.
Milestone- Completion of – D+20 Months
IV i) All Culverts.
ii) 90% of Bridges work
iii) 90% of Earth work & Subgrade
iv) 90% of GSB & WMM
v) 70% of road stretch with DBM & 30 %
of stretch with BC.
Milestone-V Completion of all other work as per BOQ D+24Months
including finishing works.

Notes:
i) ‘D’ is the date of Handing over of land to the contractor.
ii) “Contractor should note that Land for widening is available for
execution work as information received from the Authority. Contractor
must deploy resources like man, material and plant, machinery, etc. with
the consent of Engineer. It is Contractor’s obligation that he has to
execute and complete the works in time.

12.2 Failure to accomplish milestone targets within allocated time frame, save for
reasons accepted as valid by the Engineer, shall create and constitute ground
for failure on the part of contractor for maintaining progress of the work as
per agreed programme.

-77
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

12.3 Any failure to comply with the time schedule for any activity/ activities as
indicated above in Milestone table shall be subject to recovery of a sum @
Rs.50,000/- (Rupees Fifty Thousand) per day delay for each milestone.

12.4 The recovery mentioned above shall be imposed concurrently on individual


milestones for the delay. However, if the contractor complies with the time
mentioned under subsequent activity/ activities of Milestone target table, the
amount deducted on account of recovery in previous activity will be released
but without any interest or any other charges. However, in case the final
completion is delayed beyond original completion date, the u pto date
recovered amount will be converted into permanent deductions as a part of
liquidated damages for not complying with the milestones subject to overall
limit of liquidated damages @ 5%, as per clause 49.6-c of General Conditions
of Contract.

13.0 DEFECT LIABILITY PERIOD

13.1 The Defect Liability Period is as specified in the Appendix to Tender.

13.2 The Contractor shall maintain, rectify and make good at his own cost any
defect/deficiencies, which may develop in the work or as notified by the
Engineer during Defect Liability Period as specified in the Appendix to
Tender. If required, reconstruction shall also be done by the Contractor for
defective works at his own cost.

However, maintenance during Defect Liability Period shall not include day
to day upkeep, cleaning, custody and security of the work.

14.0 HANDING OVER OF THE SITE/START OF WORK

14.1 The site for execution of works shall be made available as soon as the work
is awarded. In case, it is not possible for the Engineer to make the entire site
available due to any reason, the land shall be made available by the Engineer
gradually in parts. The Contractor shall have to adjust his work programme
accordingly. No claim whatsoever for not giving the site on award of works
and for giving the site in parts shall be tenable except for the purpose of
extension of time, where justified.

14.2 Within 15 (Fifteen) days of issue of LOA, Contractor shall set up his office
within the project area and provide his address for correspondence,
phone/fax no, email ID. and other details for convenient exchange of
information and delivery of letters and instructions by Employer/ Engineer/
IE.

14.3 Within 30 (Thirty) days of issue of LOA, Contractor will establish his camp

-78
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

for storage of construction materials, P&M and for setting up the laboratory
at a location within the project area and intimate the address of the camp to
Engineer/ Employer. Contractor will make his own arrangement for
electricity, water and phones etc. Employer/ Engineer will not be able to
extend any help in this regard. A furnished office space with two (2) rooms
of minimum 100 sq feet each shall be provided with separate toilet for use of
IRCON’s representative. The same including maintenance expenses (regular
upkeep, watch & ward, water & electricity etc) is partly compensated by
payment in relevant BoQ Items as provided for. Minimum furnishing shall
include the provision & maintenance of Executive Office Tables (Godrej
Model No. T-108 or equivalent ) & Chairs (Godrej Model No. PCH-701 or
equivalent) - 2 each, Visitor Chairs (Godrej Model No. CHR-6 or
equivalent ) – 4 Nos, Steel Almirah 1980mm x 915mm x 485mm (Godrej
Model Minor plain or equivalent ) – 5 Nos., Racks – 5 tier 1800mm x
900mm x 375mm – 2 Nos, Ceiling & Table / Stand Fans – 2 Nos each,
Desert Cooler with water cans (as per requirement) – 1 No., Desktop (Dell
Inspiron) / Laptop Computers (Dell/hp) with accessories (hp Laserjet
Printer cum scanner etc) – 2 Nos. Any other items such as internet required
for smooth functioning (office work) of site engineers of the employer at the
site office shall be provided by the contractor and the cost for the same is
deemed to be included in the contract price.

15.0 INFORMATION FOR AS BUILT/ COMPLETION DRAWINGS


15.1 The Contractor shall submit all information (both in hard and
editable soft copy) for making “As-Built/ Completion Drawings”
as soon as the works of each item / section are completed
15.2 The information for as built drawings shall be delivered to the
Engineer in phases of completion of works or at such times as
directed by the Engineer
15.3 Submission of all information to the satisfaction of engineer (
which will be confirmed within 15 days since submission of
information ) for preparation of “As Built/ Completion Drawings”
will be a precondition for acceptance of work and issuance of
Work Completion Certificate as per Clause 65 of General
Conditions of Contract.

16.0 DEPLOYMENT OF ENGINEERS & TECHNICIANS BY


CONTRACTOR

16.1 The Contractor shall provide and keep on the works, efficient and
competent Engineers to ensure that the work is executed strictly as
per provisions of the Contract as per Clause 14 of GCC. It shall be

-79
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

the obligation on the part of the Contractor to provide the


following minimum Engineering staff at site:-

Sl. Position/Qualification Minimum


No. Nos. to be
deployed
1 Project Manager – Degree holder with minimum 1
experience of 12 years/Diploma holder with minimum
experience of 17 years in the field.

2 Highway Engineer with minimum experience of 8 years in 1


the field for Degree holder OR With minimum experience
of 13 years in the field for Diploma holder.
3 Bridge Engineer with minimum experience of 6 years in 1
the field for Degree holder OR With minimum experience
of 11 years in the field for Diploma holder.
4 **Material Engineer / Manager with minimum experience 1
of 7 years in the field for Degree holder OR With
minimum experience of 12 years in the field for Diploma
holder.
5 **Safety Officer / Manager with minimum experience of 1
7 years in the field for Degree holder OR With minimum
experience of 12 years in the field for Diploma holder.
6 Engineer / Manager (Planning, Execution, Quantity 4
Survey, Quality Control, Environmental & Safety) - With
minimum experience of 5 years in the field for Degree
holder OR With minimum experience of 10 years in the
field for Diploma holder.

7 Site Engineer (Civil) – Degree holder with minimum 6


experience of 3 years/ Diploma holder with minimum
experience of 5 years in the field.

8 Total Station competent Surveyor with minimum 1


experience of 5 years and well conversant with four /six
laning works of National Highway/ Expressway.

9 Lab Technician (ITI / Skilled), Diploma holder with 4


minimum relevant experience of 2 years in Quality
Control OR Technicians with minimum relevant
experience of 4 years in Quality Control.

** The Material Engineer and the Safety officer will have to report to the
Engineer of the Employer daily (on all working days) and a Muster shall be
maintained in the office of the Engineer for regulating the same.

-80
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

In addition to above, requisite number of supervisory staff shall be deployed


by the Contractor.

The technical staff shall be got approved in writing from the Engineer
(whose approval may be withdrawn any time) for supervision of works and
to receive direction from the Engineer of the work on behalf of the
contractor. The supervisory staff of the contractor will not be changed
without the approval of the Engineer.

16.2 In case, the Contractor fails to deploy the sufficient Engineers as described
in para 16.1 above within 30 days starting form issue date of LOA, the
Engineer shall be entitled to recover the following amount from the dues of
the Contractor:-

1 Non Deployment of Project Manager. Rs. 3,00,000/- per month


or part thereof
2 Non Deployment of Engineer. Rs. 1,50,000/- per month
or part thereof
3 Non Deployment of Site Engineer/ Rs. 60,000/- per month or
Surveyor. part thereof

16.3 The decision of the Engineer for period the required technical staff was not
employed by the contractor and as to reasonableness of the amount to be
deducted on this account shall be final and binding on the contractor.

16.4 The details of skilled manpower/ workers trade wise i.e. operator, machine,
Supervisor, semiskilled workers, labour, with details of permanent staff shall
be submitted by the contractor within 15 days after the award of work. This
shall be submitted along with the programme of works.

17.0 FREE FLOW OF TRAFFIC & SAFETY DURING CONSTRUCTION


The contractor shall be fully responsible for free flow of traffic on the
National Highway during the entire construction period. Any arrangement
required to maintain the free & safe flow shall be deemed to be incidental to
the work except where traffic diversion is to be made at the locations of
construction of new culvert / PUP/VUP/Flyover/Bridge for which payment
will be made as per BoQ Items. No other payment shall be made on this
account.

18.0 ROYALTY
18.1 The Contractor will have to deposit the amount towards royalty on the
applicable materials with concerned authorities from time to time as the
work progresses based on the applicable rates of State Government.

-81
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

Engineer may withhold/deduct the amount of Royalty from the on account


bill payments till the Contractor submits the proof of payment of Royalty to
concerned authority/ authorities. In case of failure to do so, the Engineer
may deposit withholds/ deducted amount to the concerned
authority/authorities.
18.2 If the contractor fails to furnish the proof of Royalty payment on the
materials consumed and certified for payment in every on account and final
bill, amount equivalent to 1.5 times the value of royalty shall be deducted
from the bills It shall be released against submission of proof of payment to
the concerned authority / department.
The Contractor shall be liable to obtain Royalty Clearance certificate from
the concerned authorities for all the applicable materials executed under the
contract before the payment of final bill. In case of failure to do so, the
amount deducted from the on account bills and the balance to be deducted
from the final bill shall be deposited to the concerned department on behalf
of the contractor and receipt of remittance shall be sent to the address of the
contractor by post / courier in case it is not received in person by any of
their representative.
18.3 Change in rates of royalty during the contract/ extended contract period
shall be on account of the employer

19.0 PROGRAMME OF WORK

This is in partial modification to GCC Clause 15.0.

19.1 The Contractor shall, within 15 (fifteen) days of the date of receipt of the
Letter of Acceptance, submit to the Engineer for his consent three copies of
programme for the execution of the work.
19.2 Unless otherwise agreed, the programme shall generally be based on the
programme submitted with the Bid and shall include:
(i) A detailed method statement defining the Contractor’s
methodology for construction backed with his proposals for
construction equipment planning and deployment duly supported
with broad output calculations and details of the quality control
procedures proposed to be adopted, justifying his capability of
achieving the completion of work in accordance with the stipulated
period of completion. The method statement shall conform and
satisfy the requirement of Clause 115 of Technical Specifications.
(ii) A bar chart showing the quantities of principal work items to be
performed each month together with the mechanical equipment,

-82
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

materials and labour which shall be deployed on such activities.


The programme shall not be unbalanced and shall be based on the
achievement outputs calculated and demonstrated in the method
statement submitted vide sub-para (i) above, An ‘S’ curve
illustrating anticipated cumulative turnover and the anticipated
cumulative progress shall be superimposed upon the bar chart.
(iii) A quality assurance plan (QAP) covering all aspects of the work to
be adopted for this work to ensure the desired quality. The
procedure shall conform to and satisfy the requirement of
Technical Specifications. QAP shall be submitted to the Engineer
for his consent.

19.3 The Contractor shall also submit the monthly cash flow chart requirement
prepared based on the work program in a clear and acceptable form.
19.4 If the work programme & Cash flow chart submitted by the Contractor is
deemed in any way incomplete or unacceptable by the Engineer/ Employer,
the Contractor shall be given seven days to revise and resubmit it to the
Engineer’s satisfaction.
19.5 If the Contractor fails to submit the Cash flow chart and work programme
within 30 (Thirty) days of the date of receipt of the Letter of Acceptance, the
Engineer shall prepare the work programme and issue the same to the
Contractor for implementation on the Contract, which shall be final and
binding on the Contractor.
20.0 INSPECTION OF WORK AND REVIEW OF PROGRESS BY
CLIENT/ OWNER

20.1 The Owner/ Client or his representative may inspect and review the progress
of works and may issue appropriate directions to the Engineer for taking
necessary action. The Owner/ Client or his representative may also test
check the quality and quantity of the materials brought to the site for
incorporating in the permanent works and may also test check the quantity,
quality and workmanship of the Work executed in the presence of the
representatives of the Engineer and the Contractor.

20.2 The Contractor shall depute at least his Project Manager or authorized
Senior Site Representative to attend all periodic Progress Review Meetings
notified by the Engineer/ Employer/ Client/ IE/Owner.

21.0 PLANT AND MACHINERY


In addition to the provisions in Clause 35.0 of GCC, List of Minimum Plant
and Equipment to be mobilized and used in this contract is as under:-

-83
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

Total
Sl. No. Name Capacity
Nos.
1 Hot Mix Plant 80 TPH 1
2 Batching Plant 30 cum/Hr 1
3 WMM Plant 100 TPH 1
4 Tipper 18 – 20 MT 20
5 Transit Mixer 6 cum 4
6 Motor Grader 135 HP 2
7 Wheel Loader 1.7 cum 2
8 Soil Compactor 10 MT 2
Sensor Paver
9 9 & 4.5 Metre 01 Each
(Asphalt/WMM)
10 Tandem Roller 10 T 1
11 PTR 10 MT 2
12 Bitumen Distributor 6 KL 1
13 Water Tanker 3KL / 10 KL 1
14 Back hoe / Excavator 0.6 cum / 1 cum 1
15 DG Set 30 - 400 KVA 3
16 Kerb Casting machine 1
17 Mini Tandem Roller 3T 1
18 Air Compressor 175 / 300 CFM 2
19 Concrete Pump 30/15 cum / Hr 1
20 Hydra 20 T 1
21 Weigh Bridge 50T/ 60T 1
Crushing Plant with
22 250 / 300 TPH 1
VSI & HIS
23 Dozer D50/D60 1

Failure to deploy the above mentioned minimum Plant and Equipment shall
attract actions for recovery of Rs. 10 (Ten) Lakhs for non deployment of
major equipment in time and Rs. 1.0 (one) Lakh for non deployment of
minor equipment in time. In case of failure to mobilise the required Plant &
Equipment, even after imposing the said penalty, action for termination of
contract shall be initiated.

22.0 ENTITLEMENT OF ENGINEER TO MAKE GOOD THE


SHORTFALL

-84
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

The Engineer shall be entitled to substitute / make good any shortfall in the
deployment / Procurement of required resources (any material, labour,
Plant & Equipment, Tools & Plants, Laboratory equipment, Supervisory
staff, Safety & Environment officer and his team etc.) at the full risk and
cost of the contractor in case of failure to comply with the instructions of
the Engineer with final Notice of seven days.

23.0 PRECASTING WORKS


If there is need and requirement to take up precasting of RCC works such
as drains, Toe walls, RCC covers for drains / footpaths etc, same shall be
done as per the rates accepted in the BoQ for the respective grade of
concrete and no claim for extra payment shall be entertained for leading the
elements to work sites, laying/fixing in position etc.

24.0 CLAIMS (Ref. GCC clause 72)


In addition to GCC Clause 72.0, following clause is added.
No claim for idle labour/idle machinery on any account shall be
entertained. Also, no claim shall be entertained for any business loss or any
such loss. In the event of any failure or delay by the Employer / Engineer in
fulfilling his obligations under the contract, then such failure or delay, shall
in no way affect or vitiate the contract or alter the character thereof; or
entitle the Contractor to damages for compensation thereof but in any such
case, the Engineer shall grant such extension or extensions of time to
complete the work, as in his opinion is / are reasonable.

-85
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

SECTION - 6
GENERAL CONDITIONS OF CONTRACT
(Uploaded as a Separate Booklet)

-86
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

SECTION - 7
SAFETY, HEALTH AND ENVIRONMENT SPECIFICATIONS
[Uploaded as a Separate Booklet)

-87
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

Section - 8
TECHNICAL SPECIFICATIONS

-88
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

TECHNICAL SPECIFICATIONS

GENERAL TECHNICAL SPECIFICATIONS AND STANDARDS

SPECIFICATIONS AND STANDARDS FOR SIX LANING

1.0 Contractor will execute the work in accordance with the specifications and
description of item as given in BOQ.

2.0 Manual of Specifications and Standards

2.1 Manual of Specifications and Standards to Apply

Subject to the provisions of Paragraph 2 of Annex – I, Schedule “D”, the


Manual of Specifications and Standards published by the Authority/ MORTH
on IRC SP:87:2013 for six laning shall apply for this contract.

2.2 The applicable specifications for this contract is “MoRT&H


Specifications for Road and Bridge Works (Fifth Revision) and shall
also include policy circulars, guidelines, and special publications,
issued in respect thereof by IRC or, as the case may be, from time to
time and shall incorporate all amendments and/or modifications to
such codes and standards which are available to public, unless
otherwise specified in this Schedule.

2.3 The term "Ministry of Surface Transport" and "Ministry of Road


Transport and Highways" shall be considered as synonymous to each
other.

2.4 Where the codes, standards and specifications are silent on any aspect,
the following standards in. order of preference shall be adopted in
consultation with engineer, unless otherwise specified in this Schedule:
(a) Bureau of Indian Standards (BIS)
(b) American Association of State Highway and Transport Officials
(AASHTO).
(c) Geometric Design for Highways.
(d) American Society of Testing Materials (ASTM).
(e) British Standards (BS)
(f) Suitable specification/standard devised by the Engineer/
Independent Engineer (IE/IC)

3.0 Materials and Specifications

3.1 All materials and specifications for works shall be conforming to


IRC/MoRT&H (Fifth Revision) Specifications. Where these are silent,
the standards in the order of preference as in Clause 2.4 shall be used.

-89
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

3.2 For items other than road and bridge works, where the specifications
are not available, the same shall be finalized by Engineer in
consultation with the Independent Engineer.

4.0 GENERAL REQUIREMENTS

4.1 In the absence of any definite provisions on any particular issue in the
aforesaid Specifications, reference may be made to the latest codes and
specifications of IRC and BIS in that order. Where even these are
silent, the construction and completion of the works shall conform to
sound engineering practice as approved by the Engineer and in case of
any dispute arising out of the interpretation of the above, the decision
of the Engineer shall be final and binding on the Contractor.

4.2 Warranty

For items requiring provision of warranty/guarantee by the bidder


regarding structural/ technical adequacy conformance to laid down
specifications of the item extending much beyond the period of
completion of the project, the contractor shall provide warranty/
guarantee jointly with the manufacturer stating that both shall be
jointly and severally responsible for repair/replacement of the item free
of cost during the warranty/guarantee period as required.

4.3 Bidders may purchase the “Specifications for Road and Bridge work
(Fifth Revision)”, published by “Indian Road Congress”, New Delhi,
from the following address:

Indian Road Congress,


Jamnagar House, Shahjahan Road, New Delhi & Sector 6, R. K.
Puram, Kama Moti Marg, New Delhi.

-90
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

PARTICULAR TECHNICAL SPECIFICATIONS

1.0 PREAMBLE

The Technical Specifications contained herein shall be read in conjunction


with the other Bidding Documents.

1.1 General

The Technical specifications covering the materials and workmanship as well


as method of measurement and payment are included herein. The work shall
be executed in accordance with good practice for achieving high standards of
workmanship, safety and durability of the structure. All codes, standards and
specifications referred to in these specifications shall be the latest Editions as
available to public, unless otherwise stated.

1.2 Inclusive Documents

The provisions of general & special conditions of contract, and others


specified elsewhere in the tender document, as well as execution drawings and
notes, or other specifications issued in writing by the Engineer shall form part
of the Contract Document of this project.

1.3 Defective Works

All defective works are liable to be demolished, rebuilt and defective


materials replaced by the contractor at his own cost, as directed by Engineer.

1.4 Following sections are modified as under:-

(i) Section 505.9 – Rate

The contract unit rate for Dense Graded Bituminous Macadam shall be
payment in full for carrying out all the required operations as specified and
shall include, to all components listed in Clause 501.8.8.2. The rate shall
include the provision of bitumen, at 4 percent and 4.5 percent by weight of
the total mixture for grading 1 and grading 2 respectively.

The variation in actual percentage of bitumen used shall be assessed based


on the job mix formula / formulae approved by the Engineer and the
payment adjusted plus or minus accordingly.

The adjustment in payment is by the difference in rate (ex-plant rate of


MRPL, Mangaluru in Karnataka state) at the time 28 days prior to the due
date for submission of bids and the average rate during the month of

-91
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

consumption of Bitumen as certified by the Engineer. A fixed amount @


Rs. 720/- (Rupees seven hundred twenty) only per MT shall be added for
transportation of bitumen to arrive at the landed cost. No other expenditure
shall be considered for adjustment of payment.

(ii) Section 507.9 – Rate

The contract unit rate shall be all as specified in Clause 505.9, except that the rate
shall include the provision of bitumen at 5.2 percent & 5.4 percent for grading 1 and
grading 2 by weight of total mix respectively. The variation in actual percentage of
bitumen used will be assessed based on the job mix formula / formulae approved by
the Engineer and the payment adjusted plus and minus accordingly.

The adjustment in payment is by the difference in rate (ex-plant rate of MRPL,


Mangaluru in Karnataka state) at the time 28 days prior to the due date for
submission of bids and the average rate during the month of consumption of Bitumen
as certified by the Engineer. A fixed amount @ Rs. 720/- (Rupees seven hundred
twenty) only per MT shall be added for transportation of bitumen to arrive at the
landed cost. No other expenditure shall be considered for adjustment of payment.

(iii) Section 3000 – General

The contractor is responsible for the Initial rectification and thereafter for the routine
maintenance as described below:-

Initial rectification shall be carried out after the section is handed over to the
contractor. It involves temporary repairs to the extent necessary to put the road in a
safe and reasonable condition for the smooth passage of traffic.

Only two items as provided for in the BoQ shall be paid for the initial rectification
and payment for all other items as stipulated in the technical specifications under
Section 3000 is deemed to be included in the contract price. Further, the payment for
bituminous work in connection with Maintenance and Repair (after the initial
rectification) under section 3004 shall be only made for the existing road portion
where the works under the contract relating to six laning is not taken up. Once any
section or part thereof is taken up for carrying out the works related to six laning, all
routine maintenance & repair works of the existing roads shall be done by the
contractor only till the commercial date of operation (COD) without any extra
payment for the same and the accepted rates in the contract are deemed to include the
cost for the same.

-92
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

Section - 9

VARIOUS ADDITIONAL FORMS AND FORMATS

-93
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

CONTENTS
1. Declaration
2. Statement of Deviation

Note: Tenderers should submit all the requisite details in the above proforma.

-94
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

DECLARATION

Ref: Dated:
From: - _____________________________________________
To,
IRCON International Limited,
Name & Address of Project

Dear Sir,

This has reference to your above referred tender. We declare that we are fully
qualified to execute the above work. We further declare that we have brought out all
our deviations to the conditions of contacts stipulated in your tender documents in the
“Statement of Deviations” indicating therein the cost of withdrawing the conditions
in case you require us to do so. We also declare that the maximum liability to you for
such withdrawal will be limited to the amounts mentioned against each deviation
separately.

It is understood that the deviations to the conditions of the tender documents as have
been brought out in above referred Statement of Deviations are exhaustive.
We agree and declare that irrespective of whatever has been stated elsewhere in the
tender documents only those deviations that have been specifically brought out in
Statement of Deviations will hold good.

Thanking You,

Your Faithfully,
SIGNATURE,
NAME (IN CAPITAL)
DESIGNATION
DATE:
(To be duly stamped and signed and submitted with the tender.)

-95
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

STATEMENT OF DEVIATION
To, Tenderers’ Name & Address
Ircon International Limited,
Name and Address of Project

Dear Sirs,

Irrespective of whatsoever has been stated to the contrary anywhere else in our offer,
only following are the deviations and variations from and exception to the
specifications and Tender documents for the above mentioned subject work. These
deviations and variations are exhaustive. Except for those deviations the entire work
shall be performed as per your specifications and tender documents.

Date and Postal Address Signature along with seal of CO.


_____________________ ________________________________________
_____________________
_____________________ Duly authorized to sign the tender on
behalf of the tenderer
_____________________ Telegraphic Address: _______________________
_____________________ Designation ______________________________
Telex No. ____________ Name of Company ________________________
_____________________ (In Block Letter)

-96
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

Section - 10
(Uploaded separately as Booklets / Sets )

Important Note:
The enclosed / uploaded Technical Schedules & Drawings-Plan & Profile
and X-Sections are for tender purpose only. The works shall be carried
out as per the approved drawings and technical schedules which are
under preparation and may vary from the drawings / schedules enclosed
in this tender.

-97
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT

Section - 11

BILL OF QUANTITIES / SCHEDULES


(BOQ/SCHEDULES)
(Uploaded as a separate Booklet)

-98

You might also like